Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2024-06-25 - AGENDA REPORTS - VISTA CYN BRIDGE PROJ S3037 PLANS
Agenda Item: 20 CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL: Li DATE: June 25, 2024 SUBJECT: VISTA CANYON BRIDGE, PROJECT S3037 — PLANS, SPECIFICATIONS, CONSTRUCTION CONTRACTS, STREET NAME CHANGE, AND DEDICATION FOR PUBLIC USE AND ROAD PURPOSES DEPARTMENT: Public Works PRESENTER: Shannon Pickett RECOMMENDED ACTION City Council: 1. Approve the plans and specifications for the Vista Canyon Bridge, Project S3037. 2. Award the construction contract to Powell Constructors, Inc., in the amount of $27,976,841 and authorize a contingency in the amount of $3,357,221 for a total contract amount not to exceed $31,334,062. 3. Award the professional services contract to MNS Engineers, Inc., to provide construction management, inspection, and quality assurance services, in the amount of $1,626,796 and authorize a contingency in the amount of $162,680, for a total contract amount not to exceed $1,789,476. 4. Award the professional services contract to Compliance Biology, Inc., to provide biological monitoring services, in the amount of $462,110 and authorize a contingency in the amount of $46,210, for a total contract amount not to exceed $508,320. 5. Extend the current contract and authorize an increased expenditure authority for civil engineering support services with Alliance Land Planning & Engineering, Inc., in the amount of $85,000 and authorize a contingency in the amount of $8,500, for a total additional contract amount not to exceed $93,500. 6. Extend the current contract and authorize an increased expenditure authority for water utility support services with Dexter Wilson Engineering, Inc., in the amount of $14,800 and Page 1 Packet Pg. 277 authorize a contingency in the amount of $1,480, for a total additional contract amount not to exceed $16,280. 7. Extend the current contract and authorize an increased expenditure authority for bridge engineering design services with Dokken Engineering, in the amount of $320,000 and authorize a contingency in the amount of $32,000, for a total additional contract amount not to exceed $352,000. 8. Extend the current contract and authorize an increased expenditure authority for electrical engineering design services with IDS Group, in the amount of $5,000 and authorize a contingency in the amount of $500, for a total additional contract amount not to exceed $5,500. 9. Extend the current contract and authorize an increased expenditure authority for traffic engineering design services with Kimley Horn & Associates, Inc., in the amount of $27,500 and authorize a contingency in the amount of $2,750, for a total additional contract amount not to exceed $30,250. 10. Extend the current contract and authorize an increased expenditure authority for soils engineering design services with R.T. Frankian & Associates, in the amount of $313,067 and authorize a contingency in the amount of $31,307 for a total additional contract amount not to exceed $344,374. 11. Extend the current contract and authorize an increased expenditure authority for landscape design services with Yamasaki Landscape Architecture, in the amount of $15,000 and authorize a contingency in the amount of $1,500 for a total additional contract amount not to exceed $16,500. 12. Adopt a resolution authorizing the street name change of the segment of Lost Canyon Road south of Soledad Canyon Road to Vista Canyon Boulevard. 13. Authorize the City Manager or designee to grant an easement for public use and road purposes across City -owned parcels for the Vista Canyon Bridge. 14. Appropriate funds in the total amount of $14,614,009 to the Vista Canyon Bridge, Project S3037, as identified in Attachment A. 15. Authorize the transfer of project savings in the amount of $2,095,000 to Vista Canyon Bridge, Project S3037, as identified in Attachment A. 16. Decrease Vista Canyon Bridge, Project S3037, expenditure account S3037306-516101 (Developer Fees Fund) by $2,000,000. 17. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. Page 2 Packet Pg. 278 BACKGROUND On April 26, 2011, the City Council adopted Resolution No. 11-23, which approved the Vista Canyon project (Master Case 07-127), including the final Conditions of Approval (COA), conditioning Vista Canyon Ranch, LLC (Developer) to construct the Vista Canyon Bridge over the Santa Clara River to connect Soledad Canyon Road to the Vista Canyon development. On October 25, 2018, the City of Santa Clarita (City) was allocated $20 million in Los Angeles County Metropolitan Transportation Authority Measure R funds for construction of the Vista Canyon Bridge. The allocation requires construction funds to be spent by June 30, 2026, and the Vista Canyon Bridge to be constructed by the City. On February 13, 2024, the City Council adopted Resolution No. 24-5, which amended the COA for the Vista Canyon project and authorized the City Manager to execute agreements with existing consultants to acquire plans and specifications for the design and construction of the bridge and associated road improvements, providing a connection from Soledad Canyon Road to the Vista Canyon development including the recently completed Vista Canyon Multi -Modal Transit Center as shown on the attached Location Map. This project supports the Enhancing Economic Vitality theme of the City's five-year strategic plan, Santa Clarita 2025. The Vista Canyon Bridge, and associated road improvements, will construct a new two-lane bridge spanning approximately 780 feet and will consist of one lane in each direction with a striped median for emergency vehicles, highway safety lighting, concrete barriers, metal railing, a raised landscape planter, and shared -use sidewalk with a Class 1 bike lane and a new bike trail under the bridge. The road improvements will include a new traffic signal at the intersection of Soledad Canyon Road and Lost Canyon Road, new exclusive eastbound left -turn and right -turn lane additions, a lane extension of the existing westbound left -turn lane, and roadway improvements on Lost Canyon Road north of the bridge. The improvements south of the bridge include a roundabout and road improvements to access the Vista Canyon Multi -Modal Transit Center, which includes the Vista Canyon Metrolink Station and the Bus Transfer Station. The City reviewed the proposed actions in accordance with the California Environmental Quality Act (CEQA). Per Title 14 of the California Code of Regulations section 15168(c)(2), if a project is proposed which has been the subject of a prior certified Environmental Impact Report (EIR), and if the agency finds that pursuant to Section 15162, no new effects could occur or new mitigation measures would be required, the agency can approve the activity as being within the scope of the project covered by the EIR, and no new environmental document would be required. On April 26, 2011, the City Council certified the Vista Canyon project's final EIR (SCH No. 2007071039). Authorizing the proposed actions will not result in any new environmental effect not already considered in the final EIR regarding the project. Consequently, no additional environmental review is required. Solicitation Process - Construction Contract An invitation to bid was prepared and published twice in The Signal newspaper on April 30 and May 7, 2024, and was posted on the City's e-procurement system, BidNet. A total of six bids were submitted to the City and opened by Purchasing on June 5, 2024. Each of the bids included Page 3 Packet Pg. 279 a base bid and four alternates. Purchasing conducted a selection process in accordance with California Public Contract Code section 20103.8 (d) which states that "The lowest bid shall be determined in a manner that prevents any information that would identify any of the bidders or proposed subcontractors or suppliers from being revealed to the public entity before the ranking of all bidders from lowest to highest has been determined." This process was followed to ensure fairness when opening, reviewing, and determining the lowest responsive and responsible bidder. After review of the bids by the project manager, the basis for award was determined to be the total of the base bid and one bid alternate combined. The results of the bids are shown below: Company Location Total Bid Powell Constructors, Inc. Fontana, CA $27,976,841 MCM Construction, Inc. North Highlands, CA $28,532,581 Griffith Company Brea, CA $29,015,070 C.A. Rasmussen, Inc. Valencia, CA $29,027,458 Ames Construction, Inc. Corona, CA $29,201,266 Security Paving Company Westlake Village, CA $29,801,143 Staff recommends awarding the construction contract to Powell Constructors, Inc., the lowest responsive and responsible bidder, in the amount of $27,976,841, which includes $27,426,436 for the base bid to construct the bridge and $550,405 for bid alternate four to extend Vista Canyon Boulevard from Humphreys Parkway to Mitchell Drive, and authorizing a contingency in the amount of $3,357,221, for a total contract amount not to exceed $31,334,062. This contractor possesses a valid state contractor's license and is in good standing with the Contractors State License Board. Staff reviewed the bid response for accuracy and conformance to the contract documents and found it to be complete. The bid proposal adheres to the project's plans and specifications and is available in the City Clerk's Reading File. While the City maintains a Support of Local Businesses policy that can be utilized by the City Council when warranted, the City is governed by the California Public Contract Code with regard to public works project procurement. In this type of procurement, the California Public Contract Code does not permit a city to utilize a Support of Local Businesses policy and instead requires the contract be awarded to the lowest responsive and responsible bidder. The requested construction contingency will cover costs associated with unforeseen site conditions such as potential utility conflicts and fees, abandoned utilities not shown in record drawings, field adjustments, change order requests made by the contractor, and additional work requested by the City. Solicitation Process - Construction Management, Inspection, and Quality Assurance Services Contract A Request for Proposal (RFP) for construction management, inspection, and quality assurance services was prepared and posted on BidNet on May 9, 2024. The RFP asked firms to identify their relevant experience with similar projects and demonstrate their approach for this project. On June 5, 2024, three firms submitted proposals. Staff reviewed the proposals and, based on their evaluations, scored the firms on a 100-point scale as follows: Page 4 Packet Pg. 280 Rank Company Location Score 1. MNS Engineers, Inc. Thousand Oaks, CA 96 2. Kane Construction Services, Inc. North Hollywood, CA 72 3. Monterroso Inspections Canyon Country, CA N/A The scoring system was based on the following criteria: recent experience with similar projects, qualification of team and resources, understanding of key development items, quality of proposal, proposed services in relation to the project's scope, scheduling, availability, and references. The non -scoring proposal was found to be incomplete as it did not address each of the scope components in the RFP. MNS Engineers, Inc., demonstrated an in-depth understanding of the project needs and provided a detailed scope of work and approach to the project. Based on their experience with similar projects, and the completeness of their proposal for this project, staff recommends awarding the contract for construction management, inspection, and quality assurance services to MNS Engineers, Inc. The proposal is available in the City Clerk's Reading File. While the City maintains a Support of Local Businesses policy that can be utilized by the City Council when warranted, the policy only extends to purchase of supplies, equipment, and services other than Public Works projects and professional services, such as architectural and engineering services. California Government Code 4526 prescribes selection of architectural and engineering services to be based on demonstrated competence and professional qualification necessary for the satisfactory performance of the services required and does not authorize the selection of professional architectural and engineering services based on cost. City staff was able to reach an agreement with MNS Engineers, Inc., at a fair and reasonable price. Solicitation Process - Biological Monitoring Services Contract A Request for Proposal (RFP) for biological monitoring services was prepared and posted on BidNet on May 8, 2024. The RFP asked firms to identify their relevant experience with similar projects and demonstrate their approach for this project. On June 3, 2024, four firms submitted proposals. Staff reviewed the proposals and, based on their evaluations, scored the firms on a 100-point scale as follows: Rank Company 1. Compliance Biology, Inc. 2. CJ Biomonitoring LLC 3. Psomas 4. Endemic Environmental Services, Inc Location Score Glendale, AZ 85 Long Beach, CA 82 Pasadena, CA 82 Saugus, CA 72 The scoring system emphasized the consultant's experience and qualifications as they relate to biological monitoring during construction, as well as the following criteria: recent experience with similar projects, qualification of team and resources, understanding of key development Page 5 Packet Pg. 281 items, quality of proposal, proposed services in relation to the project's scope, scheduling, availability, and references. Compliance Biology, Inc., demonstrated an in-depth understanding of the project needs and provided a detailed scope of work and approach to the project. Based on their experience with similar projects, and the completeness of their proposal for this project, staff recommends awarding the contract for construction management and support services to Compliance Biology, Inc. The proposal is available in the City Clerk's Reading File. California Government Code 4526 prescribes selection of architectural and engineering services to be based on demonstrated competence and professional qualification necessary for the satisfactory performance of the services required and does not authorize the selection of professional architectural and engineering services based on cost. City staff was able to reach an agreement with Compliance Biology, Inc. at a fair and reasonable price. Construction Support Services The City Council authorized the assignment of nine contracts from the Developer for the design of the Vista Canyon bridge to the City for a combined total amount not to exceed $999,661 at the February 13, 2024, City Council meeting. In order to provide appropriate construction and design support throughout the construction period, it is recommended that seven of the existing contracts be increased by a total of $858,404, including contingency, as shown in the table below. The proposals are available in the City Clerk's Reading File. Consultant Service Previously Additional Additional Total Authorized Contract Contingency Contract Contract Amount Amount Amount Amount Alliance Land Civil $165,220 $85,000 $8,500 $258,720 Planning & Engineering Engineering, Inc. Dexter Wilson Water Utility $52,536 $14,800 $1,480 $68,816 Engineering, Inc. Dokken Bridge $506,000 $320,000 $32,000 $858,000 Engineering Engineering IDS Group Electrical $20,259 $5,000 $500 $25,759 Engineering Kimley Horn & Traffic $32,450 $27,500 $2,750 $62,700 Associates, Inc. Engineering R.T. Frankian & Soils $123,723 $313,067 $31,307 $468,097 Associates Engineering Yamasaki Landscape $12,573 $15,000 $1,500 $29,073 Landscape Architecture Page 6 Packet Pg. 282 Pacific Water $70,070 N/A N/A $70,070 Advanced Resources and Water Embankment Engineering, Protection Inc. Engineering BJ Palmer & Electrical $16,830 N/A N/A $16,830 Associates, Inc. Utility Total 1 $999,661 1 $780,367 1 $78,037 1 $1,858,065 This increase will allow the consultants to provide construction support for regular meetings, review submittals, respond to requests for information, provide material testing and inspection services, structural observations, and address design issues as the project is constructed. The requested contingency will cover the costs of unforeseen design modifications requested by the City and other permitting agencies during construction. This includes potential adjustments to the drawings, engineered grades, and change orders made by the City. Street Name Change A portion of Lost Canyon Road intersects Soledad Canyon Road north of the Vista Canyon development. This road extends to the south, approximately 500 feet, and terminates near the Santa Clara River as shown on the attached Location Map. The bridge will connect this road to Vista Canyon Boulevard within the Vista Canyon development. Staff recommends changing the street name for this portion of Lost Canyon Road to Vista Canyon Boulevard. The City is the entity responsible for authorizing City street name changes and can do so by the adoption of a resolution. The resolution is attached. City staff has coordinated with the Los Angeles County Fire and Sheriff's Departments, and neither has issues regarding the proposed street name change. There is one commercial center with a Lost Canyon Road address in this roadway segment. Staff has been in contact with the property owner of the commercial center, who is supportive of the street name change. If the attached resolution is adopted, staff will complete the necessary mail notifications to the United States Postal Service and local utility companies. Subsequently, the City will notify the businesses and the property owner by mail regarding the new street name. New street name signs displaying Vista Canyon Boulevard will also be installed. Grant of Easements The Vista Canyon Bridge will be constructed across City -owned parcels and a Santa Clarita Valley Water Agency (SCVWA)-owned parcel as shown on the attached Location Map. A license and indemnity and release agreement between the City and SCVWA has been executed to allow for the construction of the bridge across SCVWA's parcel. SCVWA will grant a permanent easement for public use and road purposes to the City for the bridge. In addition, staff recommends that the City grant an easement for public use and road purposes along Vista Canyon Boulevard to allow public utility agencies to construct their facilities within the right of way. Page 7 Packet Pg. 283 BudgetAppropriation The requested budget appropriation will provide for construction of the bridge, as well as the bid alternate, for improvements from the bridge to the Vista Canyon Multi -Modal Center, and all anticipated project administrative costs, including, but not limited to, staff time, public works inspections, utility fees, permitting fees, and labor compliance monitoring. The General Fund - Capital (Fund 601) appropriation will be reimbursed through Eastside Bridge and Thoroughfare fees obligated on the Vista Canyon development. Contingent on approval by funding agencies for Measure M multi -year sub -regional program funds, Prop A LR (Fund 261) and TDA Article 8 (Fund 233) appropriations will be adjusted by $7,295,000. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Upon approval of the recommended action, project budget will be increased in expenditure accounts S3037233-516101 (TDA Article 8) by $7,047,865, S3037260-516101 (Prop C LR) by $550,000, S3037261-516101 (Prop A LR) by $861,144, S3037264-516101 (Measure R LR) by $320,000, S3037266-516101 (Measure M LR) by $930,000, and S3037601-516101 (General Fund - Capital) by $7,000,000; and decreased in project expenditure account S3037306-516101 (Developer Fees Fund) by $2,000,000 for a total net appropriation of $14,709,009. Project funding previously budgeted is available in S3037270-516101 (Measure R Hwy Op Fund) and S3037306-516101 (Developer Fees Fund) to support the recommended contracts and associated project costs for a total construction budget of $35,655,000. ATTACHMENTS Attachment A: Vista Canyon Bridge Project Funding Location Map Resolution Bid Proposal for Powell Constructors, Inc. (available in the City Clerk's Reading File) Proposal for MNS Engineers, Inc. (available in the City Clerk's Reading File) Proposal for Compliance Biology, Inc. (available in the City Clerk's Reading File) Proposals for Construction Support Services (available in the City Clerk's Reading File) Page 8 Packet Pg. 284 Attachment A: Vista Canyon Bridge (S3037) Project Funding 20.a Fund Program/Project Fund Transfer From Expenditure Amount Account Account Appropriate Funds to the Vista Canyon Bridge, Project 3037 Prop A LR Fund 261 S3037261-516101 $861,144 General Fund - Capital Fund 601 S3037601-516101 $7,000,000 TDA Article 8 Fund 233 S3037233-516101 $6,752,865 Total $14,614,009 Authorize Transfer of Project Savings HSIP Pedestrian Safety Enhancements, Project TDA Article 8 (Fund 233) C2027233-516101 S3037233-516101 $65,000 C2027 Newhall Ranch Road and Bouquet Canyon Road TDA Article 8 (Fund 233) C4017233-516101 S3037233-516101 $130,000 Intersection Improvements, Project C4017 2020-21 Overlay and Slurry Seal Program, Measure M LR (Fund 266) M0137266-516101 S3037266-516101 $930,000 Project MO137 2021-22 Federal Overlay and Slurry Seal Program, Measure R LR (Fund 264) M0142264-516101 S0307264-516101 $320,000 Project MO 142 2021-22 Overlay and Slurry Seal Program, Prop C LR (Fund 260) M0144260-516101 S3037260-516101 $550,000 Project MO 144 2021-22 Overlay and Slurry Seal Program, TDA Article 8 (Fund 233) M0145233-516101 S3037233-516101 $100,000 Project MO145 Total $2,095,000 U z O U z O U H z O U r Q Packet Pg. 285 20.c RESOLUTION NO. 24- A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SANTA CLARITA, CALIFORNIA, AUTHORIZING THE STREET NAME CHANGE OF A SEGMENT OF LOST CANYON ROAD TO VISTA CANYON BOULEVARD — VISTA CANYON BRIDGE AND ROAD IMPROVEMENTS PROJECT, S3037 WHEREAS, the City Council finds that there is a need to change the street name of Lost Canyon Road south of Soledad Canyon Road to provide continuity with the proposed Vista Canyon Boulevard roadway; and WHEREAS, impacted businesses are in support of the street name change; and WHEREAS, the Los Angeles County Fire Department and Los Angeles County Sheriff's Department have no issue with such a street name change; and WHEREAS, the City of Santa Clarita is the designated legislative body to enact a City street name change. NOW, THEREFORE, the City Council of the City of Santa Clarita, California does hereby resolve as follows: SECTION 1. That Lost Canyon Road, south of Soledad Canyon Road under State Route 14 to be renamed to Vista Canyon Boulevard. SECTION 2. That City staff shall install the necessary signs and make official notification to effect this resolution. SECTION 3. This resolution shall take effect from and after its date of passage, approval, and adoption. SECTION 4. The City Clerk shall certify to the adoption of this resolution. PASSED, APPROVED, AND ADOPTED this 25th day of June 2024. ATTEST: CITY CLERK DATE: MAYOR Page 1 of 2 Packet Pg. 287 20.c STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES ) ss. CITY OF SANTA CLARITA ) I, Mary Cusick, City Clerk of the City of Santa Clarita, do hereby certify that the foregoing Resolution No. 24- was duly adopted by the City Council of the City of Santa Clarita at a regular meeting thereof, held on the 251h day of June 2024, by the following vote: AYES: COUNCILMEMBERS: NOES: COUNCILMEMBERS: ABSENT: COUNCILMEMBERS: CITY CLERK Page 2 of 2 Packet Pg. 288 PROPOSAL FORM Bid ##CIP-23-24-S3037 Vista Canyon Bridge and Road Improvements Project City Project No. S3037 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 filing the 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: Powell Constructors Inc Company Address: 8555 Banana Avenue Fontana, CA 92335 Phone: (909) 356-8880 Email: Mike@powellconstructors.com By. Michael B. Powell Print Name Title: President Signature: Date: 6/04/2024 NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #CIP-23-24-S3037 Vista Canyon Bridge and Road Improvements Project City Project No. S3037 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. Contractorshall furnish the City with original Certificates of Insurance including all required amendatory endorsements and a copy of the Declarations and Endorsement Page of the CCL 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. I. INDEMNIFICATION: 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 attorneys fees and disbursements (collectively, "Claims"), which Indemnitees may suffer or incur or to which Indemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of use of property, economic loss, or otherwise occurring as a result of or allegedly caused by the CONTRACTOR'S performance of or failure to perform any services under this Agreement, or by the negligent or willful acts or omissions of CONTRACTOR, its agents, officers, directors, or employees, committed in performing any of the services under this Agreement. If any action or proceeding is brought against Indemnitees by reason of any of the matters against which CONTRACTOR has agreed to indemnify Indemnitees as provided above, CONTRACTOR, upon notice from City, shall defend Indemnitees at its expense by counsel acceptable to City, such acceptance not to be unreasonably withheld. Indemnitees need not have first paid for any of the matters to which Indemnitees are entitled to indemnification in order to be so indemnified. The limits of the insurance required to be maintained by CONTRACTOR in this Agreement shall not limit the liability of CONTRACTOR hereunder. The provisions of this section shall survive the expiration or earlier termination of this agreement. The provisions of this section do not apply to Claims occurring as a result of the City's active negligence or acts of omission. 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 five million dollars ($5,000,000.00) per occurrence, 10 million dollars ($10,000,000.00) 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 forthe 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 [$2,000,0001 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 awn 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. have read and understand the above requirements and agree to be bound by them for any work performed for the City. Authorized Signature: Date: 6/05/2024 Printed Name: Michael B. Powell, President BIDDER'S QUESTIONNAIRE Bid #CIP-23-24-53037 Vista Canyon Bridge and Road Improvements Project City Project No. 53037 City of Santa Clarfta, California 1. Submitted by: Powell Constructors Inc Telephone: (909) 356-8880 Principal Office Address: 8555 Banana Avenue, Fontana, CA 92335 2. Type of Firm: ❑ C Corporation id 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: 9/29/2004 State of Incorporation: California President's Name: Michael B. Powell Vice -President's Name: Secretary or Clerk's Name: Michael B. Powell Treasurer's Name: Michael B. Powell 3b. If a partnership, answer these questions: Date of organization: State Organized in: Name of all partners holding more than a 10% interest: Designate which are General or Managing Partners. BIDDER'S QUESTIONNAIRE (cont'd Bid #CIP-23-24-S3037 Vista Canyon Bridge and Road Improvements Project City Project No. S3037 City of Santa Clarita, California 4. Name of person holding CONTRACTOR's license: License number: 845305 Class: A D.I.R. Registration # 1000006994 Michael B. Powell Expiration Date: 5. CONTRACTOR's Representative: Joseph Schulte Title: Contract Mana er Alternate: Oscar Qontrera� Title: Project Manager 12131 /2024 6. List the major construction projects your organization has in progress as of this date: A. Owner: Route 15 Weigh Station Project Location: Route 15 near Cleghorn Road and Oak Hill Road Type of Project: Building Work, Roadway Excavation, JPCP, and Barriers B. Owner: Los Angeles County Metropolitan Transportion Authority (LACMTA) Project Location: 1-605 at South Street, Cerritos, CA Type of Project: Ramp reconfiguration and reconstruction C. Owner: State of California Department of Transportation (Caltrans) O Project Location: Route 5 at Indiana, Los Angeles, CA Type of Project: CIDH Retaining Walls BIDDER'S INFORMATION AND CERTIFICATION Bid #CIP-23-24-S3037 Vista Canyon Bridge and Road Improvements Project City Project No. S3037 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. Bidder's Name: Powell Constructors Inc Business Address: 8555 Banana Avenue, Fontana, CA 92335 Telephone No.: (909) 356-8880 State CONTRACTOR's License No. & Class: 845305 A DIR No.: 1000006994 Original Date: 1/26/2015 Expiration Date: 6/30/2025 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: Powell Constructors Inc Michael B. Powell, President 8555 Banana Avenue, Fontana, CA 92335 (909) 356-8880 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or anyfirm, corporation, partnership or joint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner or joint venture are as follows: N/A All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: NIA IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this 5th day of June 20 24 . BIDDER: Michael B. Powell, President Name and Title of Signatory Powell Constructors Inc Legal Name of Bidder 8555 Banana Avenue, Fontana, CA 92335 Address (909) 356-8880 03-0549543 Telephone Number Federal Tax I.D. No. f►9PElsie] 11144[a] 01e1Ia17_1TAII (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #CIP-23-24-53037 Vista Canyon Bridge and Road Improvements Project City Project No. S3037 City of Santa 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 #fCIP-23-24-S3037 Vista Canyon Bridge and Road Improvements Project City Project No. S3037 City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA } COUNTY OF LOS ANGELES } Michael B. Powell being first duly sworn deposes and says that he/she is the President (sole owner, a partner, president, etc.) of Powell Constructors 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, hid 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 such person or persons as have a partnership or other financial interest with said BIDDER in his general business. Bidder: Signat Title Michael B. Powell, President Type t CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #CIP-23-24-S3037 Vista Canyon Bridge and Road Improvements Project City Project No. S3037 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, Powell Constructors 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). IRAN CONTRACTING ACT CERTIFICATION (Public Contract Code Sections 2200 et seq.) Bid #CIP-23-24-S3037 Vista Canyon Bridge and Road Improvements Project City Project No. 53037 City of Santo Clarita, California As required by California Public Contract Code section 2204, Proposer certifies that the option checked below relating to Proposer's status in regard to the Iran Contracting Act of 2010 (Public Contract Code sections 2200 et seq.) is true and correct: Proposer is not: (i) identified on the current list of persons and entities engaging in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code section 2203; or (ii) a financial institution that extends, for 45 days or more, credit in the amount of $20,000,000 or more to any other person or entity identified on the current list of persons and entities engaging in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code section 2203, if that person or entity uses or will use the credit to provide goods or services in the energy sector in Iran. ❑ Los Angeles County has exempted Proposer from the requirements of the Iran Contracting Act of 2010 after making a public finding that, absent the exemption, Los Angeles County will be unable to obtain the goods and/or services to be provided pursuant to the Contract. ❑ The amount of the Contract payable to Proposer for the Project is less than $1,000,000. CERTIFICATION I, the official named below, CERTIFY UNDER PENALTY OF PERJURY, that I am duly authorized to legally bind the Proposer to the above selected option. This certification is made under the laws of the State of California. Contractor Powell Constructors Inc Firm 6/05/2024 Date S S' Michael B. Powell, President Name/Title Note: In accordance with Public Contract Code section 2205, false certification of this form shall be reported to the California Attorney General and may result in civil penalties equal to the greater of $250,000 or twice the Contract amount, termination of the Contract and/or ineligibility to bid on contracts for three years. END OF DOCUMENT DESIGNATION OF SUBCONTRACTORS Bid 4 CIP-23-24-S3037 Vista Canyon Bridge and Road Improvements Project City Project No. S3037 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 A of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. 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 Locatiorrand Place of Business Bid Schedule Item No's: Description of Work " it F� License No. Exp. Date: / / Phone ( ) 6 �35� 1s RS-I) Subcontractor DIR Registration No.* ollar Value of Work MgAC--61 ���1; 1oocoa3n3`a9 TP, Location and Place of Business Bid Schedule Item No's: Description of Work CLIL> License No. Exp. Date: / / Phone ( ] a i S'i 3 —1 k'Ate - 331 m3-5 Subcontractor DIR Registration No.* Dollar Value of Work OQ 26S 1 L I l Location and Place of Business Bid Schedule Item No's: Description of Work 1 License No. Exp. Date: / / Phone ( ) ~t 2 oa tics, 3 O �:L c�, "t c -E • -3-11 • 4 NOTE: A BIDDER or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered 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. DESIGNATION OF SUBCONTRACTORS Bid 4 CIP-23-24-S3037 Vista Canyon Bridge and Road Improvements Project City Project No. S3037 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 Y. of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. if no Subcontractors will be used fill out the form with NA. Add addt. sheets if needed. 1�jbcont—raaactor� DIR Registration No.* Dollar Value Work /iof Location and Place of Business Q-Ak-4 �o`.w� 0Q, Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone { ) 6 %Ogo3 1\3%�as 9l4 • Ht3 �a4 Subcontractor DER Registration No.* Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) avR - "4,4 - urn :A6 Subcontractor DIR Registration No.* Dollar Value of Work bQoo Lj�g�, Location and Place of Business til wlpo,O r— -ter-CLX Bid Schedule Item No's: Description of Work License No. Exp, Date: /1 / ��3t Phone { ) t�to��� `�'� a�9• ��+{-Sag NOTE: A BIDDER of subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered 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. DESIGNATION OF SUBCONTRACTORS Bid # CIP-23-24-S3037 Vista Canyon Bridge and Road Improvements Project City Project No. S3037 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 % of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be used fill out the form with NA. Add addl. sheets if needed. Subcontractor t�CAV�C C0 J DIR Registration No.* t 0a 000G ILI Dollar Value of Work 3 � Z 0 r . Location and Place of Business V e'lv (��� si 1 l� f\ Bid Schedule Item No's: I t� ti � Description of Work Rn 7-`�3 !�A j +Jes-eG-�Y'iCC I License No. Exp. Date: raj' /3 1 / 2 G Phone ( J I[. gbo5-U42-Dkz`1 Subcontractor DIR Registration No.* Dollar Value of Work c.k o Ca�s�c��.-�� �rt 100 0 00 i 1316 Location and Place of Business \�C1V4ut►Aj CK Bid Schedule Item No's: qJ6'lvl(l3 -Ire Description of Work � GI h0� License No. 2S V71 a G Exp. Date:01 /2� Ti ) JS • U L4 U 2� Subcontractor DIR Registration No.* ollar Value of Work ,ram 'L "AA SC 00 d 0 aC} aS T 5 6O C12 3q Location and Place of Business 6IC4 n CN , Bid Schedule Item No's: �z Description of Work Lot►lo�SCAF1V1 '5� ao 7' License No. `AC 2 v(L'2- Exp. Date: ��/�©/�� Phone { J -1W . q301. to(Da0 NOTE: A BIDDER or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered 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. DESIGNATION OF SUBCONTRACTORS Bid #i CIP-23-24-S3037 Vista Canyon Bridge and Road Improvements Project City Project No. S3037 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 % of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be used fill out the form with NA. Add addt. sheets if needed. Subcontractor Pr-- \ DIR Registration No.* 1000 F)1353U Dollar Value of Work `Z Location and Place of Business Bid Schedule Item No's: p4 to S �a a ti ► �°� '1 Description of Work S+Y1 �, n� License No. l� qao Exp. Date+..V y /� ` /�1 s l ` Phone { ) t5iq2.. 2t5 . u5b(-i Subcontractor DIR Registration No.* Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( } Subcontractor DIR Registration No.* Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone { } NOTE: A BIDDER or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1775.5 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 Cade at the time the contract is awarded. *Pursuant to Division 2, Part 7, Chapter 1 (commencingwith section 1720) of the California Labor Cade. REFERENCES Bid #CIP-23-24-S3037 Vista Canyon Bridge and Road Improvements Project City Project No. S3037 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: Los Angeles County Metropolitan Transportion Authority (LACMTA) - Los Angeles, CA Name and Address of Owner / Agency Sapana Sha (213) 922-7281 Name and Telephone Number of Person Familiar with Project $80,327,000 Rte 170 Bridge Widenings, Retaining Walls Dec 2023 Contract Amount Type of Work Date Completed 2. Ontario Land Ventures, LLC - 4450 MacArthur Blvd, Ste 100, Newport Beach, CA Name and Address of Owner/Agency Scott Porterfield (714) 423-2362 Name and Telephone Number of Person Familiar with Project $6,111,275 Construct New Bridge Aug 2023 Contract Amount Type of Work Date Completed 3 City of Agoura Hills - 30001 Ladyface Ct, Agoura Hills, CA Name and Address of Owner / Agency Kelly Fisher (818) 597-7338 Name and Telephone Number of Person Familiar with Project $12,396,938 Interchange Improvemens/Bridge/Ret Walls Jun 2021 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: McGriff Insurancell-is 8aumur (949) 679-2118 - 130 Theory Ste 200, Irvine, GA Fidelity and Deposot Company of Maryland 1 Paul Wickersham (213) 270-0716 - 777 S. Figueroa St Ste 3900, Los Angeles, CA BID SCHEDULE SUMMARY Bid #CIP-23-24-S3037 Vista Canyon Bridge and Road Improvements Project City Project No. S3037 City of Santa Clarita, California BID SUMMARY TOTAL PRICE �l _ $ 2`1 �% I ` Q IN FIGURES BASE BID TOTAL PRICE IN WORDS TOTAL PRICE ALTERNATE IN FIGURES BID #1 TOTAL PRICE IN WORDS TOTAL PRICE ALTERNATE IN FIGURES (a01 BID #2 TOTAL PRICE IN WORDS F_:� 4�1- 4��utlred -�'.v� ddtors TOTAL PRICE ALTERNATE IN FIGURES BID #3 TOTAL PRICE IN tr •� WORDS kwwtidrtd Scv dQ(\g ALTERNATE TOTAL PRICE BID #4 IN FIGURES TOTAL PRICE IN WORDS ��Jc �wfl�l4s.a �►� -��c , Fc�►t � �.k �4�1 TOTAL OF TOTAL PRICE BASE BID $ 32 012, 0 IN FIGURES ) PLUS ALL ALTERNATE TOTAL PRICE IN J-fJIIP-T1iTW0 MtI✓1, OJI NINPrt` IWO TI L1k&& BIDS WORDS r J (,(� T%4 - ` -T-1 Q.W JW 01r00-------- 2 BID SCHEDULE Bid # CIP-23-24-S3037 City Project No. S3037 Vista Canyon Bridge and Road Improvements Project City of Santa Clarita, 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. ITEM ITEM ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL NO. CODE 1 050000A CONSTRUCTION SURVEYS 1 LS $ 2-S 2 070030 LEAD COMPLIANCE PLAN 1 LS $ L5 3 107000A FIELD OFFICE 1 LS $ LS 4 080060 LEVEL 2 CRITICAL PATH METHOD SCHEDULE 1 LS $ L� ``�� $161t 1� P 5 100100 DEVELOP WATER SUPPLY 1 LS $ LS $(OS1000 -. 6 120100 TRAFFIC CONTROL SYSTEM 1 LS $ LS $ NO, 000 - 7 130100 JOB SITE MANAGEMENT 1 LS $ LS $ 20a, Da0 PREPARE AND IMPLEMENT 8 130302A STORMWATER POLLUTION 1 LS $ LS $ 2 Slim — PREVENTION PLAN 9 130330 STORM WATER ANNUAL REPORT 2 EA $ 1(000 _ $ 2,000 _- 10 130620 TEMPORARY DRAINAGE INLET EA PROTECTION 3 $ ? $ 11 130640 TEMPORARY FIBER ROLL 2,500 LF $ IA00 $ MOO-, 12 130680 TEMPORARY SILT FENCE 2,850 LF $ . $ 13 130710 TEMPORARY CONSTRUCTION ENTRANCE 3 EA $ `t,00�"" 14 130900 TEMPORARY CONCRETE WASHOUT 3 EA $ ��►��i�� $ 3 �1000 _. 15 146010A TEMPOARY WILDLIFE EXCLUSION FENCE 1,800 LF $ 16 160110 TEMPORARY HIGH -VISIBILITY FENCE 1,800 LF $ [0�. $ CDC) 1 17 170103 CLEARING AND GRUBBING 1 LS $ L5 $ 200100n 18 170200A REMOVE TREE 16 EA $ lr���f $ '[000 J �7 a 19 190101 ROADWAY EXCAVATION 2,787 CY $ l0�_ . $ 20 192003 STRUCTURE EXCAVATION (BRIDGE) 1,388 CY $ GO- $ 21 193003 STRUCTURE BACKFILL (BRIDGE) 881 CY $ E 00 $ uo) 22 200100A IRRIGATION 1 LS $ L 5 $ 2&0,000- 23 200200A LANDSCAPE PLANTING 1 LS $ L5 $ 1�JCOD- 24 200210A PLANTS - 1 GAL. 1,744 EA $ i o - $ 25 200211A PLANTS - 5 GAL. 614 EA $ l $ 01�14� I 26 200212A PLANTS - 15 GAL. 42 EA $ 4 $-- 27 200220A TREES - 24" BOX 25 EA $ f Il� $ 28 200221A TREES - 36" BOX 30 EA $ i fit- $L115O0� 29 200222A TREES - 60" BOX 24 EA $ (or��a� $ 30 200223A FESCUE SOD 4,820 SF $ 3, $ l 31 202234A REDWOOD HEADER BOARD 3,280 LF $ tr- $?%Aoo 32 200230A LANDSCAPE MAINTENANCE PERIOD 1 LS 33 210430 HYDROSEED 160,000 SF i I 201 BOO r 34 260203 CLASS 2 AGGREGATE BASE 2,975 CY $ 120— $35-7000 !V 35 390132 HOT MIX ASPHALT (TYPE A - 1/2") 1,941 TON $ yjii $ 3(g`)02u~ 36 390133A HOT MIX ASPHALT (TYPE A - 318") 960 TON $ 200— $ Icf2 650— 37 398001 REMOVE ASPHALT CONCRETE PAVEMENT 20,450 SF $ x � $ 38 398200 COLD PLANE ASPHALT CONCRETE 12,500 SF $ Z --- $ 2b I oaa 39 490520 FURNISH STEEL PILING (HP12 x 84) 1,993 LF $/9a $ k-jc�j3-Ja 40 490521 DRIVE STEEL PILE (HP 12 x 84) 48 EA $IU 1 41 490618 96" CAST -IN -DRILLED -HOLE CONCRETE PILING 1,656 LF 42 510051 STRUCTURAL CONCRETE, BRIDGE FOOTING 110 CY $ �. 43 510053 STRUCTURAL CONCRETE, BRIDGE 1,447 CY $zoo() " �� �+�( 44 510054 STRUCTURAL CONCRETE, BRIDGE (POLYMER FIBER) 1,391 CY $ �- Xo $ �. 45 510086 CONCRETE, APPROACH SLAB 178 CY $��� $ llQ} 2� (TYPESTRUCTURAL 46 511056A CONCRETPATTERN) E SURFACE TEXTURE (OAK 9 309 SF $ 0-00— $lLA wI2- I 47 510095A STRUCTURAL CONCRETE, DRAINAGE INLET (TYPE OL) 2 EA $ �(�� $ 21 t 000 `" 48 510503A MANHOLE 1 EA $ y l 2oa $ LA 20 49 511111 DRILL AND BOND DOWEL (CHEMICAL ADHESIVE) 640 LF f (fjC Ow 50 512206 FURNISH PRECAST PRESTRESSED CONCRETE GIRDER (70'-80') 12 EA �S,ObQ 5ut�,oaa 51 512207 FURNISH PRECAST PRESTRESSED CONCRETE GIRDER (80'-90') 42 EA 15500 2,SW,OOU� 52 512500 ERECT PRECAST PRESTRESSED CONCRETE GIRDER 54 EA ljL )W— V( Gj ` o— 53 519100 JOINT SEAL (MR = 2") 130 LF 54 519200A FURNISH PRECAST CONCRETE BAT ROOST 256 EA yt I ( ts1 !zoo r 55 519201A ERECT PRECAST CONCRETE BAT ROOST 256 EA fl 56 520102 BAR REINFORCING STEEL (BRIDGE) 1,653,400 LB 57 520115 BAR REINFORCING STEEL (GALVANIZED) 17,307 LB 2.00 3q MLAr 58 520120 HEADED BAR REINFORCEMENT 432 EA O— t2/qVD-- 59 540101 ASPHALT MEMBRANE WATERPROOFING 8,813 SF �O���3�A 60 622000 UNDERGROUND INFILTRATION CHAMBER 1 LS 5 2DO,(90c) 61 650014 18" REINFORCED CONCRETE PIPE 30 LF y0D_ iz, 000"� 62 650018 24" REINFORCED CONCRETE PIPE 95 LF 200r lq1 060 63 568063A PEDESTRIAN BARRICADE (TYPE 1) 1 EA `woo— WOO-- 64 710136 REMOVE PIPE 790 LF�.3`�� CONCRETED -ROCK SLOPE 65 723160 PROTECTION (1/4 T, CLASS V, METHOD 1,890 CY vo— 66 723095 ROCK SLOPE PROTECTION (20 LB, CLASS I, METHOD B) 635 CY 1 67 729011 ROCK SLOPE PROTECTION FABRIC (CLASS 8) 2,610 SY _ 6$ 730010A MINOR CONCRETE (TYPE Al-6 CURB) 163 LF 69 730011A MINOR CONCRETE (TYPE A2-6 CURB) 145 LF�' 70 730013A MINOR CONCRETE (TYPE A2-8 CURB) 2,160 LF 71 730015A MINOR CONCRETE (TYPE 132-3 MOD CURB) 232 LF 72 730016A MINOR CONCRETE (TYPE 81-3 CURB) 1,610 LF5LO.,-- 73 730070 DETECTABLE WARNING SURFACE 120 SF U5 { boo 74 731507 MINOR CONCRETE (GUTTER DEPRESSION) 2 CY 2, 2 00 9I 400 " 75 731516 MINOR CONCRETE (DRIVEWAY) 1,540 SF 2(a - 4311'2(D- 76 731519 MINOR CONCRETE (TRUCK APRON) 2,405 SF -3 E78 731520A MINOR CONCRETE (STAMPED CONCRETE MEDIAN PAVING) 4,280 SF �- 731522A MINOR CONCRETE (SIDEWALK) 10,625 SF �2- 79 731523A MINOR CONCRETE (SIDEWALK) (BRIDGE) 224 CY 11000— ZZ�f�oo" 80 731524A MINOR CONCRETE (CONCRETE TRAIL) 320 CY k,2,o) - oju - 81 731625A MINOR CONCRETE (CURB RAMP) 705 SF 2s -- ' '-1 `(SI 5 — 82 731741A REMOVE CURB AND GUTTER 745 LF�-- 83 731742A REMOVE ROLLED MEDIAN CURB AND GUTTER 1,400 LF (60() f 84 731781A REMOVE SIDEWALK 450 SF f, t j�oo - 85 731870A REMOVE CONCRETE MEDIAN 3,485 SF LA- 86 750501 MISCELLANEOUS METAL (BRIDGE) 3,290 LB -�� 9,31 iJ3a� 87 770016A 24" STEEL CASING (BRIDGE) 80 LF � M1f co 88 770017A 16" STEEL CASING (BRIDGE) s0 LF 000 89 770020A EDISON 2072730 - LINE EXTENSION 1 LS LS 1 90 770021A EDISON STREET LIGHT PEDESTAL 1 LS L5 91 770022A EDISON IRRIGATION PEDESTAL 1 LS L 92 770023A EDISON SIGNAL PEDESTAL 1 LS LS qp"' 93 780240A ADJUST MANHOLE TO GRADE 4 EA 94 780241A ADJUST VALVE TO GRADE 5 EA 95 780242A ADJUST VAULT TO GRADE 3 EA 96 783000A 12' CHAIN GATE 1 EA 97 783001A 16' CHAIN GATE 1 EA 98 800360 CHAIN LINK FENCE (TYPE CL-6) 100 LF 99 804300A VINYL RANCH RAIL FENCE 420 LF 100 804000A LODGEPOLE FENCE 545 LF v �a, 71 101 805000A SWING GATE 4 EA tv.LtSa.' 102 820134 OBJECT MARKER (TYPE. P) 4 EA 103 820250 REMOVE ROADSIDE SIGN 1 EA 104 820360 REMOVE SIGN PANEL 8 EA 5 a • �{GM, " 105 820640 RELOCATE ROADSIDE SIGN (STRAP EA AND SADDLE BRACKET METHOD) 2-- 106 820840 ROADSIDE SIGN - ONE POST 23 EA S+kb. I `,•.+4�D . 107 820850 ROADSIDE SIGN - TWO POST 3 EA T 108 820860 INSTALL SIGN (STRAP AND SADDLE EA BRACKET METHOD) 20j INSTALL ROADSIDE SIGN PANEL ON EA 109 820900 EXISTING POST 29 c4CD . r tl L660 110 820930A INSTALL SIGN PANEL ON BARRICADE 2 EA 111 820931A INSTALL SIGN PANEL ON CHICANE 8 EA `- 1`75 • errs. 112 832005 MIDWEST GUARDRAIL SYSTEM 145 LF -1c,. • Io,ISa,- 113 839515A METAL BRIDGE RAILING 813 LF _. f'o4b 114 839516A METAL TRAIL RAILING 800 LF 115 839517A STEEL TUBE FENCE (CHICANE) 40 LF 116 839610A CRASH CUSHION TL-2 2 EA 117 839589 BURIED END ANCHOR (TYPE B-S) 2 EA _ 118 839744 CONCRETE BARRIER (TYPE 836 LF MODIFIED) 804 119 839746 CONCRETE BARRIER (TYPE 842) 813 LF 290.- 120 840509A THERMOPLASTIC PAVEMENT MARKING EA (TYPE IV ARROW) 12 3 - 121 840510A THERMOPLASTIC PAVEMENT MARKING EA (TYPE XI ARROW) 2 SOCa - 122 840511A THERMOPLASTIC PAVEMENT MARKING EA (BIKE LANE SYMBOL WITH PERSON) 16 3`r!ca _ ` set ao . THERMOPLASTIC PAVEMENT MARKING EA 3io� 123 840512A (BICYCLE LOOP DETECTOR SYMBOL) 1 124 840513A THERMOPLASTIC PAVEMENT MARKING EA (BIKE LANE ARROW) 16 125 840514A THERMOPLASTIC PAVEMENT MARKING EA (PEDESTRIAN SYMBOL) 12 - 3x� 126 840515A THERMOPLASTIC PAVEMENT MARKING EA (NO TRUCKS) 1-- 127 840520A THERMOPLASTIC PAVEMENT MARKING LF (LIMIT LINE) 172 128 840521A THERMOPLASTIC PAVEMENT MARKING 800 SF (CROSSWALK/YIELD) 129 840504A 4" THERMOPLASTIC TRAFFIC STRIPE LF (BROKEN 9-3) 2,285 1q"7d.�a 130 847200 CONTRAST STRIPE THERMOPLASTIC 2,500 LF 131 840505 6" THERMOPLASTIC TRAFFIC STRIPE 150 LF _ 132 840540A 6" THERMOPLASTIC TRAFFIC STRIPE LF (DETAIL22) 450� 133 840541A 6" THERMOPLASTIC TRAFFIC STRIPE LF (DETAIL24) 11130 134 840542A 6" THERMOPLASTIC TRAFFIC STRIPE 3,930 LF (DETAIL 27B) 135 840543A 6" THERMOPLASTIC TRAFFIC STRIPE LFo (DETAIL 29) 980 136 840543A 6" THERMOPLASTIC TRAFFIC STRIPE LF (DETAIL 39) 225 137 840544A 6 THERMOPLASTIC TRAFFIC STRIPE LF (DETAIL 39A) 125 l -- 138 840545A 6" THERMOPLASTIC TRAFFIC STRIPE (DETAIL 40) 95 LF 139 840546A 6" THERMOPLASTIC TRAFFIC STRIPE LF o (DETAIL 41) 85 �bd5b 140 840551A 8 THERMOPLASTIC TRAFFIC STRIPE LF (DETAIL 38) 740 141 840552A 8" THERMOPLASTIC TRAFFIC STRIPE LF (DETAIL 38A) 3,930 142 840555 12" THERMOPLASTIC TRAFFIC STRIPE 325 LF 143 873000A TRAFFIC SIGNAL 1 LS LS 144 873001A FIBER OPTIC INTERCONNECT SYSTEM 1 LS L 3�,�• 145 870201A BRIDGEISTREET LIGHTING 1 LS LS —Ts] 146 999990 MOBILIZATION 1 S Z 3 18t�,ocx� �- 147 131201 TEMPORARY CREEK DIVERSION LS SYSTEMS 1 l 60,c�,� 148 641000A 6" HDPE 20 LF 149 708100A 24"X24" CATCH BASIN 1 EA `-icxaq. 150 720110 SMALL ROCK SLOPE PROTECTION 16 CY 151 803180 RELOCATE CHAIN LINK FENCE 30 LF 152 803190 RELOCATE GATE 1 EA TOTAL BASE BID AMOUNT. $ e f 2�)y2ta,4:;S.So TOTAL BASE BID AMOUNT IN ORDS: - W E; -N - &' UGC V Al W o 1\f1 FW --�,' u N dP-6p MD ALTERNATE BID SCHEDULE #4 — VISTA CANYON ROAD IMPROVEMENTS Bid #CIP-23-24-S3037 Vista Canyon Bridge and Road Improvements Project City Project No. S3037 City of Santa Clarito, California Do NOT include this pricing in the total base bid amount. Fill out this form completely and upload it with your bid. In the event any mathematical discrepancies are found in the pricing forms submitted, the unit price shall govern. Do NOT enter this pricing on BidNet. 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 Alternate Bid Schedule constant throughout the duration of the project up to the last contract working day. ITEM ITEM ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL NO. CODE 1. 190101 ROADWAY EXCAVATION 1,350 CY $ - $ %tAg,Soo- 2. 260203 CLASS 2 AGGREGATE BASE 950 CY $ — $ 109 3. 390132 HOT MIX ASPHALT (TYPE A--1/2") 775 TON $ _ $ �L4rin`iS _ 4. 390133A HOT MIX ASPHALT (TYPE A — 3/8") 194 TON $� $ _ $ $ 5. 398001 REMOVE ASPHALT CONCRETE PAVEMENT 155 SF — 7l5 $ $ 6. 730013A MINOR CONCRETE (TYPE A2-8 CURB) 960 LF $ $ 6. 730015A MINOR CONCRETE (TYPE B1-3 CURB) 435 LF $ $ 7. 731507 MINOR CONCRETE (GUTTER DEPRESSION) 2 CY $ $ 8. 780240A ADJUST MANHOLE TO GRADE 2 EA 6" THERMOPLASTIC TRAFFIC STRIPE $ $ 9. $40540A (DETAIL22) 350 LF,^ 4"15D.— 6" THERMOPLASTIC TRAFFIC STRIPE $ $ 10. 840543A (DETAIL 29) 100 LF TOTAL. ALTERNATE 4 BID AMOUNT: -- TOTAL ALTERNATE BID AMOUNT IN WORDS: V".,)e. �k,ndre.A ' � j t N&,,s A ,2�c,4 -r,-A �diws Addendum No. 1 May 10, 2024 Addendum No.1 BID # CI P 23-24-Si037 Vista Canyon Bridge and Read Improvements Project aty of Santa Garita, California Thisaddendum must be acknowledged via OdNet andshould be included with the bid reslponsp- The purpose of this addendum is to address the following for this Notice Inviting Ends (NIB): I. Q&ADEADUNE-EXTENSON The Q&A deadline has been extended to May 24, 2024 at 11:00 AM (PT). I L II D C109 NG DE4DU NE-- OCTEISI ON The Bid Closing deadline has been extended. Bids are now due before 2:00 PM (PT) on June 4, 2024. III. EXHIBITA-PLANS Full sized plans may be accessed via the link below. https://www.dropbox.com/scl/fo/16e8m5valhr8worof3uny/ABlv6QFTl8r1Itm3njjC ZE?rIkey=6fetf6tg dwdhrpvnverc2grvt&e=1 & st =s44d 3s4o& dl =0 END OFADDENDUM This addendum must be acknowledged via BdNet and should be included with the response. Cbta o sfbpresentative Michael B. Powell, President owell Constructors Inc Cbmpany Name BID # a P-23-24-S3037 6/05/2024 Date Addendum No. 2 May 28, 2024 Addendum No. 2 BID # CIP-23-24-53037 Vista Canyon Bridge and Road Improvements Project City of Santa Clarita, California This addendum must be acknowledged via BidNet and should be included with the bid response. There was a non -mandatory, pre -bid meeting on May 15, 2024 beginning at 9:00 AM (PT). The meeting was located on the corner of Soledad Canyon Road and Lost Canyon Road. Attending Staff_ • Mariela Delgado— Buyer, Administrative Services • Jaclyn Abston — Buyer, Administrative Services • Monica Garcia — Program Specialist, Administrative Services • Jackie Lillio —Senior Engineer, Public Works • Angela Seminoro — Engineering Technician, Public Works • Annette Guzman — Administrative Analyst, Public Works • Dan Duncan — Environmental Administrator, Public Works • Project Consultants — Dokken, Alliance Attending Vendors: • Chet Van Horn, Alliance • Steven Gonzalez, Vista Canyon • Sam Bennett, Summer Construction Inc. • Thomas Tan, C.A. Rasmussen • Ross Pistone, RPD • Mike Tung, Stacy Witbeck • Matthew Adams, Ames • Andrew Lampkin, Ames • Dan Shaw, MCM Construction • Jonah Carlos, Griffith Company • Heath Williams, Rados The follow.ing..guestions were asked and answered: Q1) How close to the Caltrans right of way are we able to work? Al) Contractor may work up to the Caltrans right-of-way on both the north and south sides of the Highway 14 bridges. The existing roadway under the bridges can be used to access the project site. Once encroachment permit has been issued by Caltrans, the Contractor may work within Caltrans right of way. BID ## CIP-23-24-2037 Q3) Are we able to filter and pump water back into river during construction? A3) No. Any and all water discharges from the required construction activities must be removed from the bridge limits of construction. Q4) Are we able to spread the water out on the project site? A4) The Contractor may dispose of the water offsite through legal means or install a temporary evaporation basin adjacent to the project area as shown in the attached exhibit — Evaporation Basin. Q5) Are we able to dispose of water in the sewer? A5) The City does not control the sanitation facilities for the Santa Clarita Valley. The Bidders will need to contact Los Angeles County Sanitation District. Q6) Are we responsible for hauling water out of the project site? A6) Yes. See response to Question 4 above for an alternative option. Q7) Are we expecting wet piles in the summer? A7) Current readings adjacent to project site indicate groundwater is 14 feet below the surface. The groundwater elevation fluctuates throughout the year and may be higher or lower at time of construction. Historical date is available in the foundation report (Appendix E) for Bidders to make the determination. QS) Are there existing CAD (OG & Design) files available for review? AS) Yes, please see the link provided below. Q9) Are there any restrictions on working days? A9) See Special Provisions for restrictions related to project. Q10) Does there need to be a filtration system? A10) The project has a Chambermaxx system to be installed per the approved plans. Qll) Where is the soil cement? All) Near the edge line. Q12) What size rocks are needed for slope protection? Al2) % ton. Q13) Will there be a lay down area? A13) Yes, see the attached exhibit displaying the staging area. Q14) Is the contractor responsible for providing an office space for City staff? A14) Yes, see Special provisions. BID # CI P-23-24-53037 Addendum No. 2 May 28, 2024 The following was reviewed: © Project scope of work o Bidding guidelines • Environmental requirements © Labor compliance Additional exhibits: • Evaporation Basin Q Staging Area CAD Files — Bridge and Civil o Please see the link below to access the CAD Files. o https://www.dropbox.com/scl/fo/16e8m5valhr8worof3unV/ABlv6QFT]8rlltm3ni GGZE?r II<eV=6fetf6tgdwdhrpvnverc29rvt&e=3&st=s44d3s4o&d1=4 END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. .� 6/05/2024 Con epresentotive Michael B. Powell, President Date Powell Constructors Inc Company Name BID 9 CIP-23-24-53037 Addendum No. 3 May 30, 2024 Addendum No. 3 BID # CIP-23-24-53037 Vista Canyon Bridge and Road Improvements Project City of Santa Clarita, California This addendum must be acknowledged via BldNet and should be included with the bid response. The purpose of this addendum is to address the following for this Notice Inviting Bids (NIB): I. REVISED BASE BID AND ALTERNATE BID SCHEDULES The following schedules have been revised: Base Bid Schedule Alternate 1 Bid Schedule— Bridge Pilasters Alternate 2 Bid Schedule -- Water Line Please complete the attached revised bid base bid and alternate bid schedules, and submit them with your bid response. II. ADDED AND REVISED SHEETS Please see the attached revised plans. Plans may also be accessed via the following link: htt s: www.dro box.com scl fo 16e8m5valhr8worof3un ABiv6QFTI8rlltm3nooGGZE?rll(e =6 fetf6tgdwdhrpvnverc29rvt&e=4&st=s44d3s4o&d1=0 The following sheets have been added new (*) and revised (111) as noted: G.0 R1 Cover Sheet and Index Added surveyors' signature to presence of monument note. Clouds on sheets that changed in index. G.1 (*) Survey Control Sheet Added surveyor control sheet to plans. C1.0 R1 Civil Title Sheet Added estimated earthwork volume for overall project. Clouds on revised sheets. C2.0 R1 Street Plan —Vista Canyon Revised street grades at beginning of bridge to match bridge Boulevard Round -about plans. Clarified flexible hose detail callout. Clarified notes on and Humphreys Parkway roundabout detail. C2.1 Rl Street Plan and Profile — Revised street grades at end of bridge to match the bridge Vista Canyon Boulevard plans. Clarified callout for fence and gate relocation. Omitted ATT MH from 'raise to grade'. Revised legend to show limits BID # CI P-23-24-53037 Addendum No. 3 May 30, 2024 STA 10+00 to 16+79.10 of existing AC removals. C2.2 R1 Street Plan and Profile — Shortened length of westbound turn pocket on Soledad Soledad Canyon Road STA Canyon. Added profile data for median curbs. Revised legend 172+00 to 181+00 to show limits of existing AC removals. C2.3 R1 Street Median Clarified line type for existing curb (now shown as dashed and Improvements—Soledad bolder). Canyon Road (West) C2.4 R1 Street Median Shortened length of westbound turn pocket on Soledad Improvements —Soledad Canyon. Revised callout to protect existing 24" water line due Canyon Road (East) to low cover. Revised callout for existing abandoned 14" water line. C2.5 R1 Typical Street Sections Details now callout Class I] AB for all base sections. Class II and Details —Vista Canyon base now shown under all proposed curbs. Clarified AC and Blvd and Soledad Canyon base specification in typical paving section details. Road C3.0 R1 Grading Plan —Abutment Added berm/swale feature below south abutment. Added and Trails (South) typical section for berm grading beneath abutment. Clarified construction note 14 and construction note 20 for trail paving sections. C3.1 R1 Grading Plan —Abutment Adjusted proposed contours at bridge approach. Added and Trails (North) berm/swale feature under north abutment. Clarified construction note 14 and construction note 20 for trail paving sections. Added details for concrete and AC trail paving sections. Added detail for redwood header board. C4.0 R1 Storm Drain Plan and 20 mil impermeable liner now called out in chamber detail. Profile --STA 12+19.94 to Revised existing ATT comm line to be abandoned. 13+46.61 C6.0 R1 Erosion Control — Plan Relocated staging area to south side of bridge. Added temp wildlife exclusion fence onto plan. SCE.7 R1 Southern California Edison Fixed text that was cut off. Plan BR.01 R1 General Plan No. 1 General Plan No. 1 • Revised south pilaster shape on 'ELEVATION' view • Added sidewalk and curb to `ELEVATION' view • Revised south approach slab shape on 'PLAN' view BR.03 R1 Index to Plans Index to Plans BID # CIP-23-24-53037 Addendum No. 3 May 30, 2024 • Revised 'INDEX TO PLANS' decal BR.081 R1 Abutment Details No. 2 Abutment Details No. 2 • Revised pilaster shape (applicable at south abutment) BR.09 R1 Abutment Details No. 3 Abutment Details No. 3 • Revised pilaster shape on 'PILASTER ELEVATION AT BB' view • Added sidewalk and curb to 'PILASTER ELEVATION AT BB' and 'PILASTER ELEVATION AT EB'views. Applicable at east side of bridge BR.10 R1 Abutment Details No. 4 Abutment Details No. 4 • Revised pilaster shape at 'SECTION C-C' views. • Revised clearance annotation at'CIDH SECTION' view BR.12 R1 Pier Details No. 1 Pier Details No. 1 • Added #5 tot 6 bars inside pier cap on 'SECTION A -A' and 'SECTION B-B' views to assist with pretension steel extension hooks BR.13 R1 Pier Details No. 2 Pier Details No. 2 • Added #5 tot 6 bars inside pier cap on 'SECTION C-C' view to assist with pretension steel extension hooks BR.19 R1 Girder Layout Girder Layout • Added station location for 36" manhole frame and cover on 'PLAN' view BR.28 R1 Miscellaneous Details Miscellaneous Details • Revised south approach slab shape on 'APPROACH SLAB AT BB DETAILS' view BR.30 R1 Utility Details No. 2 Utility Details No. 2 • Updated details on 'IRRIGATION SUPPLY LINE' views ('PLAN', 'ELEVATION', and 'SECTION D-D') to match civil drawings T-1 R1 Title Sheet (Alternative 2) Water agency signature added and revised sheets clouded in index G-2 R1 Additional Notes and Added supplemental notes 12 and 13 Specifications D-1 R1 Water Demolition and Revised location of fire hydrant and 2" water service; added Trench Repair Plans 16" butterfly valve C-2 R1 Water Plan —Vista Canyon Revised location of fire hydrant and 2" water service; added Boulevard. STA 9+50.00 to 16" butterfly valve STA 17+14.48 B10 # CIP-23-24-S3037 DocuSign Envelope ID: 92F7CA05-2758-409B-B73C-1 DFD780897AF of s&NT4 ok u� 01 v4' °EQ�soe� III. REVISED SPECIFICATIONS The following specifications have been revised: Addendum No. 3 May 30, 2024 10-7 Field Office Revised Specifications 13-12 Temporary Creek Diversion Systems Added Specifications in response to bid question 35. 70-8 Catch Basin Added Specifications for berm/swafe features under abutments. 71-2.03 Remove Drainage Facilities Revised Specifications in response to bid question 64. 72-4.02 Small Rock Slope Protection Added Specifications for berm/swafe features under abutments. 75-3.01A Misc. Bridge Metal Revised Specifications in response to bid question 14. IV. BID CLOSING DEADLINE — EXTENSION The closing bid deadline has been extended. Bids are now due on June 5, 2024 by 2:00 PM (PT). Approved: acu Signed by: o.. Damon Letz City Engineer END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. 6/05/2024 CO s Representative Michael B. Powell, President Dote Powell Constructors Inc Company Name BID # CIP-23-24-S3037 POWELL CONSTRUCTORS, INC. P O WE L L GENERAL ENGINEERING CONTRACTOR G ENER L EIIGIMEMUG GONTRALTOR 8555 BANANA AVENUE - FONTANA, CA 92335 PHONE (909) 356-8880 - FAX (909) 356-1299 LICENSE #845305A CONSTRUCTORS INC. LETTER OF TRANSMITTAL To: City of Santa Clarita 23920 Valencia Blvd. Suite 120 Santa Clarita, CA 91355 Date: 5/31/24 661-259-2489 Re:Original Bid Bond for#CIP-23-24-S3037 Attn: Purchasing Vista Canyon Bridge & Rd. Improvements Project We are sending you the following items: COPIES DATED NO. DESCRIPTION Original Bid Bond- #CIP-23-24-53037 These are transmitted: [ ] For Approval [ ] For Your Use ( X ] As Requested [ ] For Review And Comment [ ] For Payment Copy To: Joe Schulte Signed: Powell Constructors, Inc. 615124, 11:48 AM Detailed Tracking FedEx'Tracking Track Another Shipment Local Scan Time v Help DELIVERED DELIVERY STATUS Monday Delivered a Report missing package 6/3/24 at 9:46 AM Signed for by: M,MARCo _- Obtain proof of delivery M; TRACKING ID 776643895542 FROM Powell Constructors Inc. Michael Powell 855S BANANA AVE FONTANA, CA US 92335 9093568880 Zabel Created 5/31 /2412:19 PM ONTARIO, CA 5/31 /24 2:29 PM ON THE WAY NORTH HILLS, CA 6/3/24 8:27 AM OUT FOR DELIVERY NORTH HILLS, CA 6/3/24 8:14 AM DELIVERED Purchasing City of Santa Clarita 23920 VALENCIA BLVD 120 SANTA CLARITA, CA US 91355 6612592489 Delivered 6/3/24 at 9A6 AM Vlew traVelhlStOfY llWant updates on this shipment? Enter your email and we will do the rest! IYOUR EMAIL S UR M 6 T X YGufemail Isaregolredfleld. MORE OPTIONS Shipment facts eShipment overview TRACKING NUMBER 776643895542 https://www.fedex.comlfedextrackl?trknbr=776643895542&trkqual=2460462000-776643895542--FX 1 /3 PROPOSAL GUARANTEE BID BOND Bid #CIP-23-24-S3037 Vista Canyon Bridge and Road Improvements Project City Project No. S3037 City of Santa Clarita, California KNOW ALL PERSONS BY THESE PRESENTS that Powell Constructors, Inc. , as BIDDER, and Fidefity and Deposit Company of Ma land as SURETY, are held and firmly bound unto the Ten Percent of the City of Santa Clarita, as CITY, in the penal sum of Total Bid Amount 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 22nd Day of May . 202A_. CONTRACTOR. Michael B. Powell, President Name and Title of Signatory Powell Constructors Inc Legal Name of Bidder 8555 Banana Avenue, Fontana, CA 92335 Bidder Address (909) 356-8880 Telephone Number SURE"iN` Fidelity and Deposit Company of Name Phone Number and Email ature 03-0549543 Federal Tax I. Lisa umur - Attornay-in-Fact 130 The ry, Suite 200, Irvine, CA 92617 r"irhn _nm 949-679-2118 777 S. Figueroa St., Suite 3900, Los Angeles, CA 90017 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. Surety signatures must be notarized prior to submittal. 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 San Bernardino On May 30, 2024 before me, Sherri Evans, Notary Public (insert name and title of the officer) personally appeared Michael B. Powell 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. *my SHERP rvANS Notary Public - California `San Bernardino County Commission #2354711 Comm, Expires Apr 3a, 2025 Signature \ (Seal) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 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 D before me, Jan M. Rivera, Notary Public Date Here Insert Name and Title of the Officer personally appeared Lisa Saumur 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. CIS .10 0 RIVERA Notary Public -California z '- F ' Los Angeles County Commission # 2399343 �•:.o�-` My Camm. Expires Apt i, 2026 Place Notary Seat 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 seal. Signatur 9 1 Signature of Notary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: 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: Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ©2015 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL. MEN BY THESE PRESENTS; That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, Vice President. in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Lourdes LANDA, Jan RIVERA, Mark ROSSKOPF, Terri AMSBURY, Lisa SAUMUR of Irvine, California, its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its not and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and arnply, to all intents and purposes, as if they had been duty executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York, the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office itt Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons_ The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section S, of the By -Laws of said Companies, and is now in. force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed Iris/her names and affixed the Corporate Seals of the said ZURICH Ah ERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this I6th day of August, A.D. 2023. S 0.all flM1R V „Nu,lhi ,' ,W tllitt,by '�`, y. ,� rir ++� � INS �f P����e ?� •�`'�e\`Pp0 -��LOF'�, �=a eip�•r'6a��'s =mot SEALm�o`d��SFAtm19 SEAt_mi�= r; - °ca, e `c ATTEST: rnliu,N,P',• ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND StJRETY COMPANY FIDELITY AND DEPOSIT COMPANY OF AIARYLAND Bv: Robert D. Murray Ifice President BY: Dawn E. Brown secretal y State of Maryland County of Baltimore Can this 16th day of August, AD. 2023, before the subscriber, a Notary Public of the State of Maryland, duly conur>issioned and qualified, Robert D. Murray, lice President and Dawn E. Brown, Secretary of the Companies, to me personally larown to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that helshe is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that (lie said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Genevieve M. Maison GENEVIEVE M. MAISON NOTARY PUBLIC BALTIMORECOUNTY, MD '•�; �R: CUB: I. Cammissioh Erpces JANUAftY Z�, 201$ rq +,,,++ Authenticity of this Mond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact, The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-iii-fact to affix the corporate seal thereto, and may with or without cause modify of revoke any such appointment or authority at any tine." CERTIFICATE I, the undersigned, Vice President of tie ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attonrey is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December- 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company maybe affixed by facsimile on any Power of Attortrey...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company," This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 1 Oth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, Yvhether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, sliall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 22ND day of MAY 1 2024 t,nruirurgr .`• suatr `' •dt't�rtrlNSpqrr�rr'• `t.•atp[r�br4rr,'r oPT' ., Qsil corn, , :`tio�N••-•.1�s'r �o `•a r�e`.r~'pp"`'yc+ r ., yQ�r p."•o •, YY =�IoSEALm'�" u? SEAL ice_ = SEAL V\ °z; - ?a �F�Jc - of °F - c` •% ?q��16S0 •,. QJC r°i7 •.. r � � "rryr4ntHp,t+�"•,` r '4iR'JYQF''F tt`�••` 'rrrrhl HRttttt` rnenntnt't•••`� Thomas O. McClellan Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 repot-tsfelaitus tnr.zurichna.com 800-626-4577 Authenticity of this bond can he confirmed at bon dvalida tor.zurichna.com or 410-559-8790 CD M N S ISection 2. Work Statement Project Understanding The Vista Canyon Bridge and Road Improvements project will construct a new two-lane roadway and bridge over the Santa Clara River. The new roadway and bridge will connect Soledad Canyon Road, located north of the river and Antelope Valley Freeway (State Route 14), to the new Vista Canyon Ranch community, south of the river. Although the bridge is a major component of the project, the roadway improvements make up a significant part of the project. The Vista Canyon Bridge project has been in the planning and development phase for several years and is being driven by the Vista Ranch Community development in the area south of the bridge. The final design and construction were originally the responsibility of others, but the City recently assumed control of the project delivery to move the project forward in a more timely manner. This City will be administering the project through construction. The bridge structure is 64 feet, 9 inches wide by 781 feet, 2 inches long with nine spans consisting of a reinforced concrete deck placed over pre-cast/pre-stressed girders, which span between eight bridge piers and abutments at the embankments on either end of the bridge. The bridge piers each consist of a bent cap supported by three 54-inch diameter columns, and the foundation of each column is a 96-inch diameter cast -in -drilled -hole concrete (CIDH) pile extending approximately 80 feet below the existing ground surface. The abutments at either end of the bridge are supported by driven steel pile foundations and will be protected with rock slope stabilization. Traffic features of the bridge include one lane in each direction with a striped median for emergency vehicles, highway safety lighting, concrete barriers, metal railing, a raised landscape planter, a sidewalk with a Class 1 bike lane, and a new bike trail under the bridge. Construction of the bridge also includes architectural treatments such as a concrete barrier relief pattern (to match other city bridges) and a bid option for concrete pilasters with drystack pattern surface texture and Vista Canyon logo. The bridge will also carry a 16-inch waterline requiring coordination with Santa Clarita Valley Water District. The project is being constructed in an environmentally sensitive area involving several permits including the US Army Corp of Engineers, California Fish and Wildlife, and the Los Angeles Regional Water Quality Control Board. The Construction Management team will need to coordinate with the City's environmental consultant and project biologist to ensure the contractor is complying with all permit requirements. Construction of the bridge will be influenced by the multiple approval conditions of the various permits governing the work within the limits of the Santa Clara River. The project will also require coordination with Caltrans and the County of Los Angeles as portions of the project will encroach into Caltrans and County right-of-way. The project will also provide improvements to Soledad Canyon Road to the north of the bridge and will construct improvements south of the bridge to Humphreys Parkway as well as a small portion of the existing Vista Canyon Boulevard to connect into the Vista Ranch Community connection. The improvements at the Soledad Canyon Road and Vista Canyon Boulevard include a new traffic signal, new exclusive eastbound left -turn and right -turn lane additions, a lane extension of the existing westbound left -turn lane, removal and replacement of median landscape and hardscape, paving, curb and gutter, signing and striping, roadway widening along the future Vista Canyon Boulevard, installation of American with Disabilities Act (ADA) ramps, removal of street lights, demolition of existing conflicting facilities, utility installation and relocations, and new sidewalk. The improvements at Vista Ranch Community connection include the construction of a new traffic roundabout, curb and gutter, paving, signing and striping, sidewalk, and utility connections and connections to the existing bike paths along either bank of the river. The new bridge and its associated bridge connecting Soledad Canyon with the Vista Canyon Ranch community will create a substantial improvement in circulation throughout the region and provide direct access to the Vista Canyon Metrolink and Bus Transfer Station, businesses, residences, and other communities south of the Santa Clara River and State Route 14 freeway. Critical Elements .CIDH Pile Construction A critical item of work with the potential to impact the project schedule is the placement of the SECTION 2. WORK STATEMENT N Cm MNS 96-inch diameter CIDH piles. Placement of the piles will require rigorous planning and inspection due to the geotechnical site conditions, environmentally sensitive area, potentially running water, and complex nature of constructing CIDH piles within a river. Groundwater is anticipated in all the piles and will require placing the pile concrete under the slurry via a tremie tube. Working within the Santa Clara River will require the contractor to manage their operation and sequence their work to conform with the environmental permit requirements. Laydown area, disposal of spoils, and control of water displacement will need to be evaluated prior to approval of the contractor's pile installation plan. The contract bid alternate for construction of the bridge pilasters also includes the use of 72-inch diameter CIDH piles under similar conditions. In addition to reviewing the contractor's pile installation plan, MNS will hold a CIDH pile pre -construction meeting and carefully monitor quality control procedures required for CIDH pile construction. Our team has extensive experience reviewing the required CIDH pile submittals including the contractor's pile concrete mix design (with unique slump requirements), pile installation plan, resistance butt -welded splice prequalification report, inspection pipe and reinforcing cage coupler log, concrete placement log, temporary rebar cage support system shop drawings and design calculations, and possible mitigation plans and reports. MNS will ensure that the contractor follows and meets the quality control requirements for CIDH pile construction including test batch and pre -qualification testing for the high slump concrete mix design, and resistance butt -welded splice testing. Care needs to be taken with this operation to prevent contamination of the piles and project delays due to defective pile construction. Final acceptance will be based on gamma -gamma testing to verify the density of the pile concrete. If an anomaly is discovered in the piles, it will need to be mitigated by the contractor which can take significant time and effort and greatly impact the schedule, especially with the large number of piles on this project. The piles are one of the biggest risk factors to completing the work within the allocated working window. MNS and more specifically our Resident Engineer/ Structure Representative, Dean Russu, PE, QSD/QSP, and Assistant Structure Representative/Construction Inspector, John Spalione, PE, have extensive experience overseeing the construction of CIDH piles in wet conditions and very challenging, environmentally sensitive locations under varying conditions, including expediting diagnosis and repair of anomalies that may result from improper pile placement. The Castroville Overhead Bridge Widening, Union Road Bridge, Estrella River Bridge Rehabilitation, and the Geneseo Road Bridge projects involved CIDH piles installed in locations that encountered water at the creek bed level. MNS inspected the installation of permanent and temporary casing, the use of polymer slurry, and the ultimate gamma -gamma testing of these piles. MNS has an extensive and proven record of working closely with the contractor and designer to successfully expedite the repair and mitigation of anomalies found in large - diameter CIDH piles and thereby avoiding potentially large delays to the construction schedule. WCompliance with Environmental Permits Key biological resource issues for the project include impacts to the bank and channel of the Santa Clara River, sensitive riparian habitat, and special - status wildlife species. Special -status wildlife species that could occur at the site include the three -spine stickleback (fish), white -tail kite, western spadefoot (toad), and Crotches bumble bee. The team will utilize the National Environmental Policy Act (NEPA) and California Environmental Quality Act (CEQA) Initial Study/ Mitigated Negative Declaration (IS/MND) documents along with the California Department of Fish and Wildlife (CDFW), United States Army Corps of Engineers (USACE) and Regional Water Quality Control Board (RWQCB) permits to provide mitigation and protection to the protected species identified on the project site. MNS has managed projects with similar significant environmental considerations, such as the Union Road Bridge Replacement, Hospital Road Bridge Low Water Crossing Replacement, McHenry Avenue Corridor Improvements, and Geneseo Road Low Water Bridge Replacement projects. In our experience, the language in such permits is often ambiguous and places responsibility upon the permit holder, as opposed to the contractor, to perform the required tasks to comply with the permit requirements; it is not written in a manner to serve as a clear and enforceable specification. For example, permits usually include language such as "the permittee should," which leaves the bidders with questions regarding interpretation. Our approach is to review the permits carefully with the project environmental consultant to generate a list of specific requirements for each permit and SECTION 2. WORK STATEMENT E CJMNS identify which requirements will be the responsibility of the permittee or project biologist, and which will be delegated to the contractor. Upon identifying the specific requirements, we will incorporate these in our environmental management tracking process. Additionally, we will coordinate closely with the City furnished biologist to resolve any permit issues and to ensure that required surveys and reporting requirements are performed in a timely manner in order to maintain continual compliance with the permits. Keeping the contractor and project staff aware of the various permit requirements will begin in the pre -construction phase with a permit kick-off meeting. Pre -construction surveys of environmentally sensitive species will need to be taken before any clearing and grubbing operation as well as work within the channel area. It is important the contractor include consideration of any permit conditions and allowable working windows for various activities in their baseline schedule. Stormwater Pollution Control is another important element of the project. our team includes certified QSP and QSD staff to ensure the project's compliance with the approved SWPPP and Water Pollution Control Board 401 permit. MNS Construction Inspectors will provide focused attention to dust control, prevention of sediment tracking onto the roadway, and site maintenance. The CIDH pile operations have the potential to require dewatering which would require special consideration of the dewatering conditions of the permits that determine where and how the water can be discharged. Also, since the environmental permits prohibit working within flowing or standing water the contractor may need to construct a water diversion system and temporary crossing over the channel area to access both sides of the creek. Dean Russu, PE, QSD/QSP, will assist our SWPPP Specialist, Craig Snell, QSD/QSP, CPESC, with SWPPP review and inspections as well as monitoring of the contractor's water sampling, testing and reporting, as well as enforce the water -related conditions of the environmental permits. W Utility Facilities An extensive array of various underground, pad - mounted, and bridge -supported utility facilities are identified in the project plans, including Southern California Edison electrical power service, City signals and bridge lighting, telecommunications lines, fiber optic interconnects, water lines, irrigation, and irrigation controls. Effective coordination and timely installation of new configurations or relocation of existing utilities will be critical to the overall progress of the work. Although the City has utility agreements with the various individual companies involved, and the facilities will be installed according to the provision of the contract, the City will have limited control over the timing of inspections, acceptance and connection services of the third -party utility providers. Therefore, there is a risk to the City of utilities not being relocated within the time allocated in the Special Provisions. Utility work, if not managed and coordinated in a proactive manner, may cause delays to project completion resulting in claims for additional compensation from the contractor and potential additional cost to the City. Utility delays may also extend the completion of the project, thus impacting the local residential and business communities. The key to minimizing the risk of delays to the Project is to manage the installation of utilities proactively. We will accomplish this by holding initial utility coordination meetings immediately after receiving our Notice to Proceed from the City with representatives from each utility company with work on the Project. We will establish relationships, review the overall project and the preliminary project schedule, and discuss how the work of each utility company will interface with each other and the work of the contractor. During each meeting, we will work toward developing a commitment by the utility representatives to support the needs of the Project. We will also develop a clear understanding of any constraints, concerns, or issues, and any measures or action required on our part to address or work around these issues. After the initial meetings, it will be critical to keep this Project on the utility companies' radar to ensure the needs of this project are not forgotten. The MNS team will accomplish this by holding regularly scheduled utility coordination meetings with the contractor and the utility companies performing relocation work on the Project. These meetings will update the utility companies on the progress of the work and when their work will need to be performed to ensure work crews are scheduled when needed; any potential issues will be raised and addressed sufficiently in advance of the required work. WPre-cast/Pre-stressed (PC/PS) Concrete Girders The Project involves a large amount of PC/ PS girders, which the fabrication and placement will be critical to meeting the project schedule. To ensure the PC/PS concrete girders are ready for installation upon completion of the bridge piers, it is imperative the SECTION 2. WORK STATEMENT Cm MNS contractor begins the fabrication process immediately upon award of the contract. Fabrication and installation of the girders is a long lead item and any delay in the process may result in a significant impact the project schedule. The MNS CM team is intimately familiar with proactively managing the multi -step process of shop drawing review, girder production, quality assurance and source inspection, and planning the installation girders in coordination with the construction of the bridge piers. The first step in the production process is the submittal of the contractor's proposed shop drawings. MNS will work closely with the project design team, Dokken Engineering, and our source inspection team ZT Consulting (ZTC) on the review of the shop drawings for compliance with the contract documents. Primary considerations in the review of the shop drawings include verification of proposed girder dimensions, camber calculations, concrete mix design, pre -stressing strand profiles, and calculations of jacking forces and strand elongations. We have found that shop drawings may go through several iterations before they are in a condition to be approved. Therefore, MNS is committed to expediting the CM/Designer review and coordinating directly with the girder fabricator in order to mitigate any potential delays in the approval process. During the production of the PC/PS concrete girders our source inspection subconsultant, ZTC, will be continually on -site at the fabrication facility performing inspection of the many facets of girder construction including inspection of form dimensions, girder camber, rebar placement and pre -stressing strand tolerances, concrete quality, strength, and curing times, calculation and monitoring of pre -stressing forces and strand elongations. All inspection records will be compiled and verified to document the acceptance of the girders for use in the work of the contract. Only upon verification of the quality assurance testing and source inspection documents will the girders be tagged and released for delivery to the project site. It is important to monitor and control the camber of the girders at the fabrication yard as excessive camber may affect the grading of the deck. The contractor's camber control method needs to be included in the shop drawing and/or girder placement plan. It is the MNS management approach to provide the services described above in a timely manner and to work in close coordination with the contractor to ensure the successful planning, production and installation of the PC/PS concrete girders. Scope of Work MNS has tailored a scope of work to provide comprehensive construction management services to meet the City's scope of work requirements for the Vista Canyon Bridge Project. The MNS RE will work closely with the City's Project Manager in managing the project. Due to budget constraints, MNS will work closely with City staff in managing the project by utilizing City staff where needed. The technical approach provided herein has been successfully utilized by MNS on similar projects and can be further tailored to meet the City's needs as well as ensure compliance with the funding requirements. Project Review and Kick-off Meeting Our approach begins with a kick-off meeting with the City's Project Manager to discuss items requiring special attention such as utility coordination; we will also establish a clear protocol to be used throughout the project such as roles and responsibilities, lines of communication, and levels of authorization; procedures for progress payments, CCOs, RFIs, and notifications; and environmental permits. MNS will establish contact with all utility companies involved in the Project for coordination efforts during construction. Utility Stakeholder Coordination MNS will reach out to the affected utility companies, specifically SCE and Santa Clarita Valley Water District to ensure that they are kept informed and up to date of the planned installations and/or relocations. We will coordinate with the various companies to determine any lead times and verify working windows so these can be incorporated into the Special Provisions. SECTION 2. WORK STATEMENT CD MNS Project Set -Up MNS will develop project administration, documentation, and filing systems using C-MIS, a cloud -based construction management system. This system is consistent with the Caltrans LAPM, conforms to the parameters established in the kick-off meeting, and is tailored to meet the City's needs. We will also contact the project stakeholders to establish a working relationship and expectations throughout the project. Pre -Construction Jobsite Documentation MNS will perform a detailed pre -construction photo and video survey to document the existing condition of the site for items to remain after the improvements are completed. Pre -Construction Conference Meeting MNS will coordinate a pre -construction meeting to discuss the hierarchy of both the construction management team and the contractor and to establish the protocol used throughout the project. The following parties will be invited: selected contractors, City staff, utility companies, and others involved with the project. The meeting will highlight the contractor's responsibility towards such items as safety, emergency response, traffic control, site access, labor compliance, certifications of materials, submittals, schedule updates, permit and utility agreements, order of work, weekly meetings, pay requests, public notices, and quality control. We want to resolve issues up -front, answering any questions and discussing any issues prior to mobilizing the contractor. MNS will prepare and distribute an agenda and meeting minutes. Contract Administration MNS will implement the project administration system discussed in Task 1.3, which will conform to the Caltrans LAPM. It will provide document control for tracking correspondence, submittals, RFIs, CCOs and extra work bills, progress payments, daily diaries, labor compliance, progress schedule, and Weekly Statement of Working Days report, permit agreements, weekly meetings, quality control records, and material certifications. Project Communication and Coordination The RE will act as the City's Representative in charge of project communication and coordination with the construction management (CM) team, City staff, Design Engineer, utility companies, project stakeholders, and contractors throughout the construction phase. MNS will coordinate with the various utility companies and the contractor to ensure the work is being properly sequenced to avoid potential delays and cost impacts. The RE will provide constant communication with the City's Project Manager and keep the Project Manager informed of all project activities and concerns. Weekly Construction Coordination Meetings. To facilitate and maintain communication, we will hold weekly construction meetings with the contractor to discuss the progress of the work and address any outstanding or anticipated issues. Discussions wilsl include the contractor's three -week -look -ahead schedule, project schedule, and budget, review of submittal, RFI, and CCO logs; utility coordination; traffic control, public outreach, and safety considerations. Specialty meetings such as utility, girder placement, and CIDH pile placement will be held to address project -specific work elements as required. Meeting minutes will be distributed to all attendees. Monthly Summary Reports. MNS will prepare monthly reports to provide updated project status and include project summary, updated schedule report and progress, CCO status summary, potential claim summary and resolutions, RFI and submittal summary, description of current and future work activities, tracking utility relocation work, list of project issues and resolutions, progress payment and billing status. Project Schedule Adherence The RE along with our Schedule Specialist will review and analyze the contractor's proposed baseline CPM schedule SECTION 2. WORK STATEMENT N Cm MNS and recommend acceptance or required changes. Once an acceptable baseline schedule has been submitted, MNS will recommend acceptance to the City. The project schedule will be reviewed at each weekly meeting to ensure the various work items/activities are being met. Additionally, monthly project updates will be reviewed for completeness and identify any potential problems and impacts. Should the project begin to slip, the contractor will be requested to submit a Recovery Schedule. Cost Control Project costs will be carefully managed to contain expenditures within the available budget. The team will prepare accurate quantity calculations (Q-sheets) for each contract item and each progress pay estimate. The RE will review the contractor's monthly pay request and require any corrections prior to recommending approval to the City. MNS will evaluate forecasted costs at completion, on a monthly basis. CCO and extra work costs will be tracked and compared against the authorized change order amounts. The project contingency balance will be verified as part of the monthly progress pay estimate. Submittals and RFIs MNS will coordinate and maintain all project RFIs and submittals. Our document control system, CMIS, will track submittals and RFIs. Submittals and RFIs will be discussed at the weekly meeting to ensure each is resolved quickly. MNS will provide recommendations for RFI's not requiring design input. The RE will monitor the log and coordinate with the City and Design Engineer as needed to ensure timely response. Initial submittals to be reviewed include SWPPP, baseline schedule, pile placement plans, PS/PC girder shop drawings, traffic control plan. Change Order Management Prior to beginning any work, MNS will coordinate with the City to define the preferred CCO process. We will review each change order request and will determine the validity and justification for all change orders; perform independent cost estimate and negotiate costs with the contractor; coordinate with the City's Project Manager on all change orders and provide recommendations based on our review; prepare CCOs; route CCOs for concurrence from appropriate project stakeholder; evaluate contractor's TIA for and requested added time; track CCOs and costs against the change order balance and the overall contingency balance. Our objective is to resolve any potential claim at the job level before it becomes an actual claim. Notices of Potential Claims (NOPCs) submitted by the contractor will be acted on promptly in accordance with the contract documents and the City policies and procedures. MNS will evaluate all NOPCs and provide a cost-effective and fair resolution of disputes. All recommendations and resolutions will be reviewed with the City's Project Manager. Daily Field Inspection and Documentation MNS will provide experienced project inspection staff to ensure the contractor provides a quality product meeting the plans and specifications, safeguards the City from defects and deficiencies in the work, and guards public safety. Inspection duties include: • Inspect all work to ensure compliance with the contract documents. Any deficient work will be corrected or rejected. • Ensure contractor complies with work hour restrictions and traffic handling requirements. • Monitor work for compliance with project permits and perform stormwater inspections for SWPPP and BMP compliance. • Verify that only conforming materials are incorporated into the work. • Check and verify layout and grade controls; monitor settlements at critical locations including girder camber. • Coordinate required materials testing and environmental surveys. • Answer public and business owner concerns in a prompt, professional manner. • Review all traffic control for compliance with the approved traffic control plan. • Prepare a daily diary that includes a description of work, labor, equipment, and materials; item quantities; and potential changes. • Provide daily photo documentation of the work performed. • Prepare and log punch list items and review for completion; perform final inspections. • Regularly maintain as -built drawings. Stormwater Compliance MNS will perform a comprehensive review of the SWPPP furnished by the City and provide appropriate comments to the contractor for development of the SECTION 2. WORK STATEMENT CD MNS amended project SWPPP, and ensure the final SWPPP complies with the contract documents and SWRCB General Permit. MNS will continually monitor the work to ensure the contractor is implementing and maintaining appropriate BMPs, conducting and documenting their required inspections, and performing required sampling and analysis of runoff at the appropriate discharge locations. Independent monthly water pollution control inspections will be performed by our field staff and documented. The contractor will be notified in writing of any deficiencies observed and corrective work will be verified and documented. Labor Compliance MNS will work with the City's Labor Compliance Specialist to track and review Certified payrolls and ensure that contractor labor interviews are performed. The certified payroll will be spot-checked against the daily diary and the appropriate DIR wage determination. Materials Testing MNS and our materials testing subconsultant, NV5 or the City's provided materials testing consultant will develop and provide a comprehensive testing program for the project in accordance with the contract documents and per Caltrans and the Agency's Quality Assurance Program (QAP). The RE will coordinate the materials testing program to ensure performance and documentation of all required testing. NV5 is a Caltrans- certified lab and all testing will be performed by Caltrans-certified technicians. Gamma -gamma testing will be provided for the CIDH piles. Source Inspection MNS and our source inspection subconsultant, ZTC, will develop and project SIQMP in accordance with the contract requirements. ZTC will provide all source inspection for the project including PS/PC girders, CIDH pile and column rebar hoops, and bridge bearings. Construction Survey (QA) MNS will provide construction surveying quality assurance. The Resident Engineer coordinate with the MNS Survey Manager to provide periodic survey QA checks throughout the project. Construction survey will be per the Caltrans Survey Manual. Environmental Compliance MNS will coordinate with the City's environmental consultant and project biologist to ensure the project is being constructed within the environmental permit requirements and fulfilling the environmental monitoring and mitigation contract requirements to ensure contract compliance. This includes pre -construction surveys, biological monitoring, and environmental reporting. Project Closeout Record Drawings. MNS will maintain a field set of as -built drawings in accordance with the contract requirements to ensure the record drawings are complete. The office will utilize its field set of as -built drawings for use to ensure the contractor's copy is complete. Upon completion, the final set of record drawings will be reviewed by the RE and submitted through the City's Project Manager for final processing. Final Inspection and Punch List. MNS will develop a punch list for the work performed, notify the contractor, and re- inspect the completed work. A final walk-through of the project will be scheduled with the City, Caltrans, and any other party the City may wish to attend. Acceptance and Final Report. MNS will evaluate the contractor's completion of work and make a final acceptance recommendation to the City. The proposed final estimate will be prepared and submitted to the contractor for review and acceptance. MNS will submit the Notice of Completion, project files, and the Final Reports and Certifications in accordance with Agency requirements and Chapter 17 of the Caltrans LAPM. SECTION 2. WORK STATEMENT N M N S Section 3. Project Schedule V' 51 Id 1 11 , 1/1 11 21: Z wee oo,�d d 11 1/1 11 1 .1 1 d ed I Id d 11 1/. I .-11". 11, �d d 11 1/1 11, 11 1 Id d 11 �ree�11 I I 11� I �d d 11 1/1, �d d 11 ./'V" d 11 1/� V 11 _d ,/'/" — 1, — V./11 VI- 51, ��dd 1h, 111 11 Z �Z:�snip, I d 1h, wp—i, I I d 1h, 1/1/, 1 1 11. d— V� 11 as 1. 1-. -1, —1 �d d I/ I I/ .—d Id d ro«Pill' I 1 11 V 21 2 , 2 .1"Id—r'2h�:-- m— �T I pm — Pi w, PH I Z �Zl �11'1�d, 2/2, a,u P6, I 1., .1 "Id, 1,7a//221 1h, Pi P��� anima amnia1- 1h, �21 2/2, a/2d/21 I- 1 11— 1., .1 ,Id, 1h, a/l anima amnia I/ V1/21 I- 1 11 11.1 '1 1, —1 1h, l 1h, 1- 1- 1 Z�/2 11 'VV2, a/21 ., Vu/21 P��� anima amnia �a�gsaoo,oai Z Z.2 "':dZ111/21 /25 IZd,daua /,25 .dlV 5 /25 1- 5 day: T y Z :�/25 1r, .d/�V2/525 1— —1 :5d�all Tle a/5/ 1— —1 :�25 TIeIZI/25 1— —1 Whedl,/`V25 w ed VV/25 1— —1 25 day, a/21/25 Th, ,d/,25 1— —1 25 day, ., V�/2 1r, 1— —1 25 da" Te / ` 5 .., .d/2d/25 1— —1 25 day, Wed VV/ 5 Tle ,d/./25 1— —1 25 day, .., .` 2 day, Tle 1/2�2/a/525 r',-,//2V/25, 1 Z/, ZZ: '22 �Z,TVID�5 5 1—r--1—me�1 /25 ,D/./e/5W,D5 1.11,ale-1,11 65 :.a25 „5e' .a/2� Schedule is reflective of Project/Activity durations; start date to be updated per actual start SECTION 3. PROJECT SCHEDULE M M N S ��dd 1, 1h, 111 d:1 1h, 1�hl I., 1h, 1h, 1h, 111 —1 d 1-, 1 I'd—ld —1 -1 d 1h, a:,d � I d ./I, d T�:/l /11 Th, T1. a/3d/ll -1h d �1 d T- 11 d�,,, T- T- I'd 1/1, I I T,-h 1-1111 —1h .1 T: 1,1 1-d"t I d�,,., o I 1� I 1.1-d d T11 1,,,,h d� I— d, 11— , — . , � 1-1 1,�hl, d�l�as 2y: Z W:d :Z/', —1, d—d 11 d,, T- 1/. 1-11 1 d T- -h.' T T T: I—W., d- T W.,d d T- se. Z 2" �D d,, T I I T,-h I/ /I T- 1,,,,h de 1,1 d� T- hl, 1Y, � d �,l 11, d I Y: ww:� T ,, I : 2Y I 11Z,11/�111 saa� 1,,,,h 1-d � d W.,d 1, 1— 1. - Y: W:d I Th, T —1, 1 1 T,-h 1. - �, : �:YMaasTm TIT In —1, 1,d-11 1� 1h, �,d, d Th d T�:11 1111 T.d 1,1h ,d �0 d_ T �O d1l T- wa« 1- �O d,, T- 1-1 T,—h 1.nd,,1 1-11 1 d T- I d T- =111 Z .12 I I ly olyI— 2y: T11 �0` T- .O I-— I d Z III —1h 1—h ,d� 0 �O 10 T :0 T-1, --l— d1l T�:l �/11 T 1.-- 1,1-d �O d1l T- - — T1. 11,1,W 1.n— '1, 1— 10 �:Y: Th� 1/ /21 1�hl 2 d Z'/ 11, 1, �O d1l T- -hT- V�� :ZZs z P- .� Imod .1— T—d— fld� P11, in, —p—i- Schedule is reflective of Project/Activity durations; start date to be updated per actual start SECTION 3. PROJECT SCHEDULE I CD M N S Addenda/Q&A Acknowledgment Addendum No. 1 PROPOSAL # CIP-23-24-S303713 Construction Management, Inspection, & CIA for the Vista Canyon Bridge Project City of Santa Clarita, California The following was reviewed: • Project scope of work • Bidding Guidelines END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. Greg Chelini, PE, Vice President June 5, 2024 Contractor's Representative Date MNS Engineers, Inc. Company Name PROPOSAL # CIP-23-24-S3037B APPENDIX B. FORMS CD MNS Addenda/Q&A Acknowledgment MNS acknowledges receipt of the following updates: • Q&A, posted on 5/22/2024 • Q&A, posted on 5/29/2024 MNS Engineers, Inc. X L 9 Greg Chelini, PE Vice President APPENDIX B. FORMS CD M N S PROPOSAL # CIP-23-24-S3037B Construction Management, Inspection, and Quality Assurance for the Vista Canyon Bridge Project City Project No. S3037 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 M of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be used fill out the form with NA. Please add additional sheets if needed. Subcontractor DIR Registration No. Dollar Value of Work NV5, Inc. 1000007705 See separately submitted fee Location and Place of Business 1868 Palma Drive, Suite A-E, Ventura, CA 93003 Bid Schedule Item No's: Description of Work Additional Technical Support/Materials Testing License No. Exp. Date: / / Phone ( ) Individual Professional Licens s Various 805.300.5909 Subcontractor DIR Registration No. Dollar Value of Work ZT Consulting Group, Inc. PW-LR-1000377989 See separately submitted fee Location and Place of Business 1041 E Green Street, Suite 204, Pasadena, CA 91106 Bid Schedule Item No's: Description of Work Source Inspection License No. Exp. Date: / / Phone ( ) Individual Professional Licens s Various 818.929.8162 NOTE: A contractor or subcontractor shall not be qualified to propose on, be listed in a proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered contractor to submit a proposal that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. APPENDIX B. FORMS JMNS NOTICE TO PROPOSERS REGARDING CONTRACTUAL REQUIREMENTS PROPOSAL # CIP-23-24-53037E Construction Management, Inspection, and Quality Assurance for the Vista Canyon Bridge Project City Project No. S3037 City of Santa Clarita, California 1. SUMMARY OF CONTRACTUAL REQUIRMENTS a. A contract is required for any service performed on behalf of the City of Santa Clarita (City). b. By submitting a proposal, you have reviewed the sample contract documents contained within this request for proposals and agree to be bound by the requirements set forth. c. Questions and requests for modification of these terms must be negotiated and approved prior to proposal submission and are at the full discretion of the City. 2. SUMMARY OF INDEMNITY AND INSURANCE REQUIREMENTS a. 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. b. 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. c. 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. 3. INDEMNIFICATION a. To the fullest extent permitted by law, CONSULTANT shall defend (with legal counsel reasonably acceptable to CITY), indemnify and hold harmless CITY and its officers, agents, departments, officials, representatives and employees (collectively "Indemnitees") from and against any and all claims, loss, cost, damage, injury (including, without limitation, economic harm, injury to or death of an employee of CONSULTANT or its subconsultants), expense and liability of every kind, nature and description that arise APPENDIX B. FORMS JMNS from or relate to (including, without limitation, incidental and consequential damages, court costs, attorneys' fees, litigation expenses and fees of expert consultants or expert witnesses incurred in connection therewith and costs of investigation) that arise from or relate to, directly or indirectly, in whole or in part, from: (1) CONSULTANT's performance of Services under this Agreement, or any part thereof; (2) any negligent act or omission of CONSULTANT, any subconsultant, anyone directly or indirectly employed by them, or anyone that they control; (3) any actual or alleged infringement of the patent rights, copyright, trade secret, trade name, trademark, service mark or any other intellectual or proprietary right of any person or persons in consequence of the use by CITY, or any other Indemnitee, of articles or Services to be supplied in the performance of this Agreement; or (4) any breach of this Agreement (collectively "Liabilities"). Such obligations to defend, hold harmless and indemnify any Indemnitee shall not apply to the extent such Liabilities are caused by the sole negligence or willful misconduct of such Indemnitee, but shall apply to all other Liabilities. The foregoing shall be subject to the limitations of California Civil Code section 2782.8 as to any design professional services performed by CONSULTANT and in particular the limitation on CONSULTANT's duty to defend whereby such duty only arises for claims relating to the negligence, recklessness or willful misconduct of CONSULTANT as well as the limitation on the cost to defend whereby CONSULTANT will only bear such cost in proportion to CONSULTANT's proportionate percentage of fault (except as otherwise provided in section 2782.8). b. The foregoing indemnification provisions will not reduce or affect other rights or obligations which would otherwise exist in favor of the CITY and other Indemnitees. c. CONSULTANT shall place in its subconsulting agreements and cause its subconsultants to agree to indemnities and insurance obligations in favor of CITY and other Indemnitees in the exact form and substance of those contained in this Agreement. 4. INSURANCE a. Before commencing performance under this Agreement, and at all other times this Agreement is effective, CONSULTANT will procure and maintain the following types of insurance with coverage limits complying, at a minimum, with the limits set forth below: Type of Insurance Limits Commercial general liability: $1,000,000 Professional liability $1,000,000 Business automobile liability $1,000,000 Workers compensation Statutory requirement b. Commercial general liability insurance will meet or exceed the requirements of ISO-CGL Form No. CG 00 011185 or 88. The amount of insurance set forth above will be a combined single limit per occurrence for bodily injury, personal injury, and property damage for the policy coverage. Automobile coverage will be written on ISO Business Auto Coverage Form CA 00 0106 92, including symbol 1 (Any Auto). Liability policies will be endorsed to name CITY, its officials, and employees as "additional insureds" under said insurance coverage and to state that such insurance will be deemed "primary" such that any other insurance that may be carried by CITY will be excess thereto. Such endorsement must be reflected on ISO Form No. CG 20 10 1185 or 88, or equivalent. Such insurance will be on an "occurrence," not a "claims APPENDIX B. FORMS CJMNS made," basis and will not be cancelable or subject to reduction except upon thirty (30) days prior written notice to CITY. c. Professional liability coverage will be on an "occurrence basis" if such coverage is available, or on a "claims made" basis if not available. When coverage is provided on a "claims made basis," CONSULTANT will continue to renew the insurance for a period of at least three (3) years after this Agreement expires or is terminated. Such insurance will have the same coverage and limits as the policy that was in effect during the term of this Agreement, and will cover CONSULTANT for all claims made by CITY arising out of any errors or omissions of CONSULTANT, or its officers, employees or agents during the time this Agreement was in effect. d. CONSULTANT will furnish to CITY duly authenticated Certificates of Insurance evidencing maintenance of the insurance required under this Agreement, including endorsements, and such other evidence of insurance or copies of policies as may be reasonably required by CITY from time to time. Insurance must be placed with California -admitted insurers with (other than workers compensation) a current A.M. Best Company Rating of at least "A:VII." e. Waiver of Subrogation: The insurer(s) agree to waive all rights of subrogation against CITY, its elected or appointed officers, officials, agents, volunteers and employees for losses paid under the terms of the workers compensation policy which arise from work performed by CONSULTANT for CITY. f. Should CONSULTANT, for any reason, fail to obtain and maintain the insurance required by this Agreement, CITY may obtain such coverage at CONSULTANT's expense and deduct the cost of such insurance from payments due to CONSULTANT under this Agreement or terminate pursuant to TERMINATION section. In the alternative, should CONSULTANT fail to meet any of the insurance requirements under this Agreement, City may terminate this Agreement immediately with no penalty. g. Should CONSULTANT'S insurance required by this Agreement be cancelled at any point prior to expiration of the policy, CONSULTANT must notify City within 24 hours of receipt of notice of cancellation. Furthermore, CONSULTANT must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancellation. CONSULTANT must ensure that there is no lapse in coverage. h. The CITY shall be entitled to any coverage in excess of the minimums required herein. I have read and understand the above requirements and agree to be bound by them for any work performed for the City. Authorized Signature: � Co Date: June 5, 2024 Printed Name: Greg Chelini, PE, Vice President APPENDIX B. FORMS CD M N S CITY OF SANTA CLARITA DISCLOSURE STATEMENT PROPOSAL # CIP-23-24-53037B Construction Management, Inspection, and Quality Assurance for the Vista Canyon Bridge Project City Project No. 53037 City of Santa Clarita, California The following information must be disclosed: 1. List the names of all persons having a financial interest in the Request for Proposals. None 2. If any person identified pursuant to No. 1 above is a corporation or partnership, list the names of all individuals owning more than ten percent of the shares in the corporation or owning any partnership interest in the partnership. N/A 3. If any person identified pursuant to No. 1 above is a non-profit organization or a trust, list the names of any persons serving as a director of the non-profit organization or as a trustee or beneficiary or trustor of the trust. N/A 4. Has the offeror had more than $250.00 worth of business transacted with any member of the City of Santa Clarita staff, boards, commissions, committees, and Council within the past twelve months? If yes, please indicate the person(s) with whom you have conducted business. No NOTE: Attach additional pages as necessary. Signature of Offeror Greg Chelini, PE, Vice President Print or Type Name of Offeror June 5, 2024 Date APPENDIX B. FORMS CD M N S ACKNOWLEDGEMENT & ACCEPTANCE OF SCOPE OF WORK PROPOSAL # CIP-23-24-53037B Construction Management, Inspection, and Quality Assurance for the Vista Canyon Bridge Project City Project No. S3037 City of Santa Clarita, California By providing the three (3) required signatures below, the Contractor acknowledges full understanding, complete agreement to, and accepts in its entirety, all Scope of Work for the Construction Management, Inspection, and Quality Assurance for the Vista Canyon Bridge Project. The Contractor will be expected to perform maintenance practices and uphold the standards herein to the established Scope of Work throughout the length of the contract. *Supervisor's Signature: Greg Chelini, PE, Vice President ✓/, IL Date: June 5, 2024 *Estimator's Signature: Greg Chelini. PE. Vice President :,,� Date: June 5.2024 *Owner's Signature: Greg Chelini, PE, Vice President ✓/, l —DateJune 5, 2024 *All three signatures required APPENDIX B. FORMS N V 5 January 13, 2024 MNS Engineers, Inc. Proposal No: 2024-5.0 201 N. Calle Cesar Chavez Ste. 300 Santa Barbara, Ca. 93103 ATTENTION: Greg Chelini P.E. email: acheliniCcDmnsengineers.cor SUBJECT: Proposal for Acceptance Testing Services, City of Santa Clarita for Vista Canyon Bridge and Road Improvement Project, City Project #93037-Bridge Segment Base Bid NV5 is pleased to submit this proposal for the referenced project. NV5 will provide ICC or Caltrans certified inspectors and technicians per the applicable sections of City of Santa Clarita Quality Assurance Plan (QAP). Our estimated scope of services and estimated costs are detailed below. Scope of Work and Cost Estimate Site Visit Base Bid BRIDGE SEGMENT-Caltrans Specifications Portland Cement Concrete (PCC) Sampling, Testing and Batch Plant Inspection Rate ACI Technician II 75 $ 132 hr Field Vehicle $ 68 dy Trip charge (mileage) $ 65 ea Structural Steel Sampling ACI Technician II 4 $ 132 hr Field Vehicle $ 68 dy Trip charge $ 65 ea Laboratory Testing Sand Equivalent $ 134 ea Sieve Analysis $ 155 ea Cleanness Test — ASTM D4740, CTM 227 A $ 144 ea Concrete Compression 6x12 Cylinder $ 32 ea Concrete Compression Cylinder Pick Up $ 20 hr Tensile test (rebar) #9, #10, #11 D $ 144 ea Tensile test (rebar) #14, #18 D $ 238 ea Rebar Mechanical Coupler (Tension) Test (up to #11 bar) D $ 256 ea Project Coordination and Reporting Principal Engineer/Geologist/Consultant $ 225 hr Construction Services Manager - Engineering Review- Reporting $ 195 hr Units Total 600 $ 79,200 75 $ 5,100 75 $ 4,875 32 $ 4,224 4 $ 272 4 $ 260 20 $ 2,680 20 $ 3,100 20 $ 2,880 320 $ 10,240 65 $ 1,300 3 $ 432 3 $ 714 16 $ 4,096 6 $ 1,350 25 $ 4,875 Base Bid BRIDGE SEGMENT Subtotal $ 125,598 1868 Palma Drive, Suite A I Ventura, CA 93003 I www.NV5.com I Office: 805.656.6074 CONSTRUCTION QUALITY ASSURANCE - INFRASTRUCTURE - ENERGY - PROGRAM MANAGEMENT - ENVIRONMENTAL NV5 COMET Proposal - Vista Canyon Bridge and Road Improvements Project May, 29, 2024 Scope of Work and Cost Estimate Site Visit Rate Units Total Assumptions: 1 Estimated inspection and testing time includes round-trip travel to site. Field time is billed portal to portal from our Ventura office. For this project, travel time is estimated to be 50 minutes each way. 2 Our services will be provided on an on -call basis at the direction of the MNS Engineers, Inc. (MNS). Since NV5 does not control the contractor's schedule, cost estimates given prior to the beginning of construction are made in good faith based on our experience with similar projects. Our estimates may not coincide with the actual construction duration or contractors productivity, nor reflect the final scope of our work. MNS staff will have control over the frequency of our site visits and testing, and ultimately the fee for our services. 3 Prevailing Wage and Overtime Rates Apply if applicable. 4 Inspection and testing callouts will be 2, 4, 6 or 8 hour minimum daily charges. NV5 West, Inc. appreciates the opportunity to be of service. If you have any questions, please do not hesitate to contact us. Respectfully Submitted, NV5 West, Inc. Ed Sullivan Scott Moors, CEG 1901 Construction Services Manager I Vice President Attachment: 2024 Fee Schedule NV5 CONSTRUCTION QUALITY ASSURANCE - INFRASTRUCTURE - ENERGY - PROGRAM MANAGEMENT - ENVIRONMENTAL 9 EARTHSPECTIVES 1920 E Warner Avenue, Suite 3-M Santa Ana, California 92705 MNS 201 N. Calle Cesar Chavez, Suite 300 Santa Barbara, California 93103 Attention: Mr. Greg Chelini Proposal for Gamma -Gamma Logging (GGL) CIDH Piles at Piers 2 through 9 and at Abutments 1 and 10 Pilasters Santa Clara River Bridge at Vista Canyon Boulevard Santa Clarita, California Phone: (949) 777-1270 Fax: (949) 777-1283 May 29, 2024 EarthSpectives (ES) is pleased to submit this proposal to provide GGL of up to 28 CIDH piles at the subject project site. This proposal is based on project background information provided below: - GGL to address 4 # 73" diameter shafts with an approximately length of 26 ft at Abutments 1 &10 Pilasters, - GGL to address 3 # 96" diameter shafts with an approximately length of 76 ft at Pier 2, - GGL to address 12 # 96" diameter shafts with an approximately length of 68 ft at Piers 3, 4, 5, and 6, - GGL to address 6 # 96" diameter shafts with an approximately length of 67 ft at Piers 7 and 8, - GGL to address 3 # 96" diameter shafts with an approximately length of 70 ft at Pier 9, - Construction schedule requiring testing in up to 10 sessions (assumed). We understand that 6 and 9 access tubes will be installed over the full length of each 72" and 96" piles. The depths given above combined with the number of inspection tubes considered lead to a presumed total quantity of 15528 ft of gamma -gamma tube logging. The access tubes consist of 2-inch diameter Schedule 40 PVC pipes attached to the reinforcing cage. We also understand that all shafts and tubes scheduled to be tested within a given testing session will be safely accessible. Testing is to be performed according to California Test Method CT233 Standards. GGL Testing includes lowering of 4.6 ft long and 1.25 in diameter probe to the bottom of each inspection tube and measuring the density of the concrete in close proximity of the inspection tubes at 0.1 ft intervals along the full length of the pile. We do not anticipate providing geotechnical consultation beyond that related to your understanding of the testing methods utilized for the project. Per your request, we propose to charge our services in accordance with the following unit costs: - $ 950 per GGL move -in (includes equip. and operator mob, travel, mileage, accommodation, and set-up) - $ 2.00 per ft of gamma -gamma logging - $ 50 per pile for data post processing - $ 850 per GGL report at the end of each testing session Although our total fee will vary according to the actual scope of work performed, present assumptions lead to a total estimate of approximately $50,456.00, as detailed below: Geotechnical Specialty Engineering 10 move -ins $950 x 10 = $ 9,500.00 15528 ft of tube gamma -gamma logging $2.0 x 15528 = $31,056.00 28 data post processing $50 x 28 = $ 1,400.00 10 reports $850 x 10 = $ 8,500.00 Total $50,456.00 Additional assumptions that were made to produce the above schedule of charges include the following: - Shaft sites are safely accessible to vehicles, - Access tubes provide unrestricted access over their full length to probes, which has been checked prior to our arrival by others using a 1.25 inch diameter, 4.6 ft long dummy probe, Our estimate does not include potential stand-by time due to potential lack of pile preparation, lack of access, pipe obstructions, or other reasons beyond our control, which will be charged at an hourly rate of $250 for field operations. Consultation regarding potential remedial action in case anomalies are identified can be made available at an hourly rate of $195. If anomalies are detected by GGL testing, it is sometimes beneficial to perform Cross -hole Sonic Logging (CSL) to further investigate the nature and the extent of the anomalies identified by GGL. For this, we recommend a contingency of 25% to cover the potential need for CSL testing. CSL testing will be charged in accordance with the following unit rates: - $ 950 per CSL move -in (includes equip. and operator mob, travel, mileage, accommodation, and set-up) - $ 100.00 per CSL Profile including data post processing (15 and 36 profiles required for each 72" & 96" pile) - $ 850 per CSL report at the end of each testing session We will mobilize within 3 business days of receiving your written authorization to proceed. However scheduling of appropriate resources will require advance notice of the approximate date of testing. Our test reports will be issued within 3 days of completed testing session. We appreciate the opportunity to be of service to MNS. If you have any questions, in particular relating to our proposed scope and estimated fees, please call. Sincerely Submitted for EarthSpectives, Hossein K. Rashidi, Ph.D., P.E. Principal Engineer -2- Project Schedule -� WL 7,e.hni.al STRUCTION MaGreg Chelini, PE Residenttureean Russu, PE AsEngineer John Spallione oordinator Craig Snell Scheduler Said Najaf ssistance Michael Dipsia, PE IPROJECT TOTAL compliance • biology COST ESTIMATE Biological Monitoring Services for Vista Canyon Bridge and Road Improvements Project Proposal # CIP-23-24-S3037A Task 1: Wildlife Relocation Plan Based on the data collection from the pre -construction surveys, Principal Biologist Dave Crawford will prepare a Wildlife Relocation Plan for any special -status wildlife species detected or expected to occur. The plan will include all habitat information from the work zone where the animal was found or potentially occurring and will utilize that information to make the determination where it should be relocated. The relocation area will be selected based on the best possible match of vegetation, soils, and/or water quality and temperature as appropriate. It is understood that the plan will be submitted to the California Department of Fish and Wildlife (CDFW) for approval and will be amended as necessary based on CDFW input and any potential changes in on -site conditions. Personnel Rate Hours Cost Senior Biologist $140/hr 24 $3,360.00 Task 1 Total $ 3,360.00 Task 2 — Pre -Construction Surveys Subtask 2a — General Botanical Surveys The RFP states that within one week of the initial physical disturbance, the Qualified Biologist shall conduct two distinct surveys, one of the surveys will be completed no more than 72 hours before the physical activities. Personnel Rate Hours Cost Senior Biologist $140/hr 16 $2,240.00 19008 N 4611 Avenue, Glendale, Arizona 805-377-6590 Cost Estimate Biological Monitoring Services for Vista Canyon Bridge and Road Improvements Project Proposal # CIP-23-24-S3037A Subtask 2b1— General wildlife surveys. The RFP states that within one week of the initial physical disturbance, the Qualified Biologist shall conduct two distinct surveys, one of the surveys will be completed no more than 72 hours before the physical activities. Personnel Rate Hours Senior Biologist $140/hr 18 Associate Biologist $110/hr 18 Cost $2,520.00 $1,980.00 Subtask 2b2 — Special Status Birds The search for Cooper's hawk, yellow warbler, Southern California rufous -crowned sparrow, white-tailed kite, California horned lark, summer tanager, white tailed kite and other species of concern likely to be found in the area or using the area to forage during the proposed project activities will be conducted concurrently with the general wildlife surveys. Personnel Rate Hours Senior Biologist $140/hr 0 Associate Biologist $110/hr 0 Cost $0.00 $0.00 Subtask 2b3 — Special Status Fish and Herpetofauna If there is any surface water present in the portion of river within the project area, a permitted biologist will conduct a visual survey for unarmored threespine stickleback (UTS). Personnel Rate Hours Cost Permitted Biologist $150/hr 8 $1,200.00 Additionally, the Qualified Biologist will survey for western spadefoot toads within the work zone. These surveys will be done concurrently with the general wildlife survey. Though recorded on the Vista Canyon site, western spadefoot are not known to utilize riverbeds. As such, their presence is not expected within the work zone. During legless lizard raking described below, the qualified biologist(s) will also be looking for burrowed spadefoot toads. Also, completed concurrently with the general wildlife surveys, the qualified biologist will conduct sensitive herpetofauna surveys, such as California legless lizard, California glossy snake, coastal whiptail, coast horned lizard, or other rare or protected species. Based on our knowledge of the site and surrounding areas, the presence of legless lizard has some potential at each end (north and south) of the disturbance area. An additional day will be set aside for raking and searching for legless lizards. Personnel Rate Hours Cost Senior Biologist $140/hr 8 $1,120.00 Associate Biologist $110/hr 8 $ 880.00 A compliance •hiologg Cost Estimate Biological Monitoring Services for Vista Canyon Bridge and Road Improvements Project Proposal # CIP-23-24-S3037A Subtask 2b4 — Special Status Mammals Concurrent with the general wildlife surveys, the qualified biologist(s) will also survey for southern California mountain lion, San Diego black -tailed jackrabbit, and other special -status mammal species likely to be found in the area. Based on our knowledge of the site, it is not anticipated that any of these special -status mammals will be residents of the work area. Therefore, the need for separate and species -specific surveys would not be anticipated. Should any of these special -status mammals be observed or detected, they would be expected to leave the project site on their own when site preparation activities begin. The possible exception is San Diego desert woodrat. Though not anticipated in the project footprint, if any nests or burrows are detected, live trapping and relocation may be necessary and would be completed in accordance with the Wildlife Relocation Plan. Personnel Rate Hours Senior Biologist $140/hr 0 Associate Biologist $110/hr 0 Cost $0.00 $0.00 Subtask 2b5 — Crotch's Bumble Bee A qualified biologist will survey the work areas for Crotch's Bumble Bee prior to the start of project activities to identify whether wintering, nesting, or foraging habitats of the CBB are present on or within 100 feet of the project areas. If suitable habitat of any type is identified, a qualified biologist with appropriate take authorization will conduct a CBB survey using a CDFW- approved survey protocol no more than 30 days prior to commencing project activities. Personnel Rate Hours Cost Permitted Biologist $150/hr 16 $2,400.00 Subtask 2b6 — Rare Plants The RFP states a qualified Biologist will conduct three (3) focused rare plant surveys of the Project area during the plant blooming period. As previously noted, by the time the contract is awarded very few of the potentially occurring rare plants in the region will still be in bloom, and many will be desiccated beyond identification. The RFP further states each survey shall verify the blooming period with a known reference site. Assuming CDFW releases the reference site locations, an additional two days will be required to survey those sites for the target species and determine their current growth conditions. Those surveys will be completed one to two days prior to the first on -site surveys. Personnel Rate Hours Senior Biologist $140/hr 40 Cost $5,600.00 Task 2 Total $17,940.00 Iq compliance •hiologg Cost Estimate Biological Monitoring Services for Vista Canyon Bridge and Road Improvements Project Proposal # CIP-23-24-S3037A Task 3 - Construction Monitoring Compliance Biology will provide a qualified biologist to monitor construction following all guidelines and instructions provided in the RFP. This assumes nine(9) hour workdays (7am4pm) plus one hour travel time for each of the assumed 325 workdays. Personnel Rate Hours Monitoring Biologist $110/hr 3,250 Task 3 Total Task 4 - Implementation of Environmental Education Program Cost $357,500.00 $ 357,500.00 Subtask 4a — Assemble training materials for the construction workers in English and non- English (assume Spanish) interpretation. Compliance Biology will prepare the Environmental Education Program consistent with all requirements outlined in the RFP. The program materials will be printed out on 11x17 paper and laminated. Multiple copies will be made to hand out at training. Personnel Rate Hours Cost Principal Biologist $165/hr 24 $3,960.00 Spanish Interpreter $100/hr 12 $1,200.00 Materials — Paper, lamination sheets $50.00 Subtask 4b — Present Training The initial training will be completed at/or shortly after the preconstruction meeting scheduled by the City. The cost will be included within the meetings section of this cost estimate. Follow up training will occur as needed in the field by the biological monitor at no additional cost. Task 4 Total $ 5,210.00 Task 5 - Reports Subtask 5a — Daily Reports Daily reports will be prepared at the end of each workday, reviewed by the Principal Biologist and submitted weekly to the City. Personnel Rate Hours Cost Principal Biologist $165/hr 164 $27,060.00 Associate Biologist $110/hr 164 $18,040.00 A compliance •hiologg Cost Estimate Biological Monitoring Services for Vista Canyon Bridge and Road Improvements Project Proposal # CIP-23-24-S3037A Subtask 5b — Pre -construction Reports Reports will be prepared for each of the pre -construction surveys. The Senior Biologist performing each survey will draft a report and that draft will be reviewed by the Principal Biologist, who will then forward each report to the City Personnel Principal Biologist Senior Biologist Subtask 5c - Final Report Rate Hours $165/hr 12 $140/hr 24 Cost $1,980.00 $3,360.00 A final project report will be submitted to the City within 30 days of project completion (bridge opening) The report will include and/or discuss the following: • Preconstruction survey dates • Construction beginning and ending dates • Names of on -site biological monitors • Compliance with conditions • Any aquatic invasive species found • Total number of people trained. Personnel Rate Hours Principal Biologist $165/hr 24 Task 5 Total TASK 6 — Project Management Cost $3,960.00 $ 54,400.00 The Principal Biologist will manage all day to day activities and coordinate with City and agency staff. Personnel Rate Hours Cost Principal Biologist $165/hr 60 $9,900.00 Task 6 Total $ 9,900.00 TASK 7 — Meetin-s In order to maintain good communications with the City and regulatory agencies throughout the project it is anticipated that meetings will be held. This task assumes up to 12 hours for meetings. A compliance •hiologg Cost Estimate Biological Monitoring Services for Vista Canyon Bridge and Road Improvements Project Proposal # CIP-23-24-S3037A Personnel Rate Hours Cost Principal Biologist $165/hr 24 $3,960.00 Task 7 Total $ 3,960.00 TASK 8 — Contingencies This section is included to cover any unanticipated tasks such that a contract amendment would not be required. Potential additional costs include five consecutive nights of small mammal trapping should nestsiburrows of San Diego desert woodrat be discovered; additional raking/digging for legless lizards should several be found during initial surveys; additional meetings beyond those assumed; additional requests for surveys or reporting for regulatory agency personnel, etc. This task will only be billed if these additional requirements arise. Personnel Senior Biologist Associate Biologist Cost Summary Rate Hours $140/hr 60 $110/hr 60 Task 1 Wildlife Relocation Plan Task 2 Pre -construction Surveys Task 3 Construction Monitoring Task 4 Environmental Education Plan Task 5 Reports Task 6 Project Management Task 7 Meetings Task 8 Contingencies Task 8 Total $ 3,360.00 $ 17,940.00 $393,250.00 $ 5,210.00 $ 54,400.00 $ 9,900.00 $ 3,960.00 $ 15,000.00 Cost $8,400.00 $6,600.00 $15,000.00 CONTRACT TOTAL COST ESTIMATE $ 462,110.00 compliance biology Addendum No. 1 May 21, 2024 Addendum No. 1 PROPOSAL # CIP-23-24-S3037A Biological Monitoring Services for Vista Canyon Bridge and Road Improvements City of Santa Clarita, California This addendum must be acknowledged via BidNet and should be included with the bid response. There was a non -mandatory, pre -bid meeting on May 20, 2024 beginning at 2:00 PM (PT). The meeting was broadcast via Zoom. Attending Staff: • Jackie Lillio — Senior Engineer, Public Works • Angela Seminoro — Engineering Technician, Public Works • Dan Duncan — Environmental Administrator, Eng - CIP • Mariela Delgado — Buyer, Administrative Services • Jaclyn Abston — Buyer, Administrative Services Attending Vendors: • Italia Avila, SWCA • Shira Eilenberg, LSA • Dave Crawford, Compliance Biology • Michelle Maiura, Psomas • Courtney McCammon, CJ Bio • Carla Cervantes, LSA • Lynna Buitron, Psomas • Lauren Singleton, HELIX Environmental • Nick Strait The following questions were asked and answered: Q1) Are agency permits available to review? Al) Yes, please see the attached permits and outline. Please note: the permits cover the entire development project; the bridge project is a component of it. All permit conditions do not apply to the bridge project and the proposer will need to identify those conditions which apply. The City has compiled an outline of permit conditions that are applicable to the bridge project. Q2) Plants and wildlife may not be in correct season. Is that understood by the City? A2) Yes. The successful candidate will complete the required surveys regardless of the season. PROPOSAL # CIP-23-24-S3037A 5,`2 13kryr,�c.3 �t;S� ua Addendum No. 1 May 21, 2024 Q3) Regarding the required training component of the proposal, we need to produce a wallet -sized card to identify animals. Is a handout sufficient? A3) Yes. The materials and training shaft meet the objectives of condition 2.5 Environmental Education Program/Materials within the California Fish and Wildlife authorization on page 10 of the CDFW authorization. Q4) Will this contract require prevailing wage documentation? A4) No, Q5) Is there a map or estimated size of the project site to survey? A5) Yes, please see attached aerial view map. Q6) If the work is delayed more than five days, what pre -construction surveys need to be completed? A6) Once project has commenced, no delays are expected. Biologists are directed to the environmental permits for the requirements of repeating pre -construction surveys if needed. The pre -construction surveys shall meet the objectives of the environmental permits, applicable to the bridge project, within the time frame allotted. The following was reviewed: • Project scope of work • Bidding Guidelines END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. Contractor's Representative Date Company Name PROPOSAL # CIP-23-24-S3037A Cost Estimate Biological Monitoring Services for Vista Canyon Bridge and Road Improvements Project Proposal # CIP-23-24-S3037A This proposal and associated costs represent a 'Not To Exceed' firm offer for a period of 90 days. The City's contract and conditions therein are acceptable to Compliance Biology, Inc. 6/6/2024 Signature of Principal Date David Crawford Name of Principal A compliance •hiologg NOTICE TO PROPOSERS REGARDING CONTRACTUAL REQUIREMENTS PROPOSAL # CIP-23-24-S3037A Biological Monitoring Services for Vista Canyon Bridge and Road Improvements Project City Project No. S3037A City of Santa Clarita, California 1. SUMMARY OF CONTRACTUAL REQUIRMENTS a. A contract is required for any service performed on behalf of the City of Santa Clarita (City). b. By submitting a proposal, you have reviewed the sample contract documents contained within this request for proposals and agree to be bound by the requirements set forth. c. Questions and requests for modification of these terms must be negotiated and approved prior to proposal submission and are at the full discretion of the City. 2. SUMMARY OF INDEMNITY AND INSURANCE REQUIREMENTS a. 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. b. 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. c. 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. 3. INDEMNIFICATION a. To the fullest extent permitted by law, CONSULTANT shall defend (with legal counsel reasonably acceptable to CITY), indemnify and hold harmless CITY and its officers, agents, departments, officials, representatives and employees (collectively "lndemnitees") from and against any and all claims, loss, cost, damage, injury (including, without limitation, economic harm, injury to or death of an employee of CONSULTANT or its subconsultants), expense and liability of every kind, nature and description that arise from or relate to (including, without limitation, incidental and consequential damages, court costs, attorneys' fees, litigation expenses and fees of expert consultants or expert witnesses incurred in connection therewith and costs of investigation) that arise from or relate to, directly or indirectly, in whole or in part, from: (1) CONSULTANT's performance of Services under this Agreement, or any part thereof; (2) any negligent act or omission of CONSULTANT, any subconsultant, anyone directly or indirectly employed by them, or anyone that they control; (3) any actual or alleged infringement of the patent rights, copyright, trade secret, trade name, trademark, service mark or any other intellectual or proprietary right of any person or persons in consequence of the use by CITY, or any other Indemnitee, of articles or Services to be supplied in the performance of this Agreement; or (4) any breach of this Agreement (collectively "Liabilities"). Such obligations to defend, hold harmless and indemnify any Indemnitee shall not apply to the extent such Liabilities are caused by the sole negligence or willful misconduct of such Indemnitee, but shall apply to all other Liabilities. The foregoing shall be subject to the limitations of California Civil Code section 2782.8 as to any design professional services performed by CONSULTANT and in particular the limitation on CONSULTANT's duty to defend whereby such duty only arises for claims relating to the negligence, recklessness or willful misconduct of CONSULTANT as well as the limitation on the cost to defend whereby CONSULTANT will only bear such cost in proportion to CONSULTANT's proportionate percentage of fault (except as otherwise provided in section 2782.8). b. The foregoing indemnification provisions will not reduce or affect other rights or obligations which would otherwise exist in favor of the CITY and other Indemnitees. c. CONSULTANT shall place in its subconsulting agreements and cause its subconsultants to agree to indemnities and insurance obligations in favor of CITY and other Indemnitees in the exact form and substance of those contained in this Agreement. 4. INSURANCE a. Before commencing performance under this Agreement, and at all other times this Agreement is effective, CONSULTANT will procure and maintain the following types of insurance with coverage limits complying, at a minimum, with the limits set forth below: Type of Insurance Limits Commercial general liability: $1,000,000 Professional liability $1000,000 Business automobile liability $1,000,000 Workers compensation Statutory requirement b. Commercial general liability insurance will meet or exceed the requirements of ISO-CGL Form No. CG 00 011185 or 88. The amount of insurance set forth above will be a combined single limit per occurrence for bodily injury, personal injury, and property damage for the policy coverage. Automobile coverage will be written on ISO Business Auto Coverage Form CA 00 0106 92, including symbol 1 (Any Auto). Liability policies will be endorsed to name CITY, its officials, and employees as "additional insureds" under said insurance coverage and to state that such insurance will be deemed "primary" such that any other insurance that may be carried by CITY will be excess thereto. Such endorsement must be reflected on ISO Form No. CG 20 10 1185 or 88, or equivalent. Such insurance will be on an "occurrence," not a "claims made," basis and will not be cancelable or subject to reduction except upon thirty (30) days prior written notice to CITY. c. Professional liability coverage will be on an "occurrence basis" if such coverage is available, or on a "claims made" basis if not available. When coverage is provided on a "claims made basis," CONSULTANT will continue to renew the insurance for a period of at least three (3) years after this Agreement expires or is terminated. Such insurance will have the same coverage and limits as the policy that was in effect during the term of this Agreement, and will cover CONSULTANT for all claims made by CITY arising out of any errors or omissions of CONSULTANT, or its officers, employees or agents during the time this Agreement was in effect. d. CONSULTANT will furnish to CITY duly authenticated Certificates of Insurance evidencing maintenance of the insurance required under this Agreement, including endorsements, and such other evidence of insurance or copies of policies as may be reasonably required by CITY from time to time. Insurance must be placed with California -admitted insurers with (other than workers compensation) a current A.M. Best Company Rating of at least "A:VII." e. Waiver of Subrogation: The insurer(s) agree to waive all rights of subrogation against CITY, its elected or appointed officers, officials, agents, volunteers and employees for losses paid under the terms of the workers compensation policy which arise from work performed by CONSULTANT for CITY. f. Should CONSULTANT, for any reason, fail to obtain and maintain the insurance required by this Agreement, CITY may obtain such coverage at CONSULTANT's expense and deduct the cost of such insurance from payments due to CONSULTANT under this Agreement or terminate pursuant to TERMINATION section. In the alternative, should CONSULTANT fail to meet any of the insurance requirements under this Agreement, City may terminate this Agreement immediately with no penalty. g. Should CONSULTANT'S insurance required by this Agreement be cancelled at any point prior to expiration of the policy, CONSULTANT must notify City within 24 hours of receipt of notice of cancellation. Furthermore, CONSULTANT must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancellation. CONSULTANT must ensure that there is no lapse in coverage. h. The CITY shall be entitled to any coverage in excess of the minimums required herein. I have read and understand the above requirements and agree to be bound by them for any work performed for the City. Authorized Signature: Date: 4_i Zo.Zy Printed Name: �.svia c,2.ak/Fo�s� CITY OF SANTA CLARITA DISCLOSURE STATEMENT PROPOSAL # CIP-23-24-S3037A Biological Monitoring Services for Vista Canyon Bridge and Road Improvements Project City Project No. S3037A City of Santa Clarita, California The foiiowing information most be disclosed: List the names of all persons having a financial interest in the Request for Proposals. If any person identified pursuant to No. 1 above is a corporation or partnership, list the names of all individuals owning more than ten percent of the shares in the corporation or owning any partnership interest in the partnership. If any person identified pursuant to No. 1 above is a non-profit organization or a trust, list the names of any persons serving as a director of the non-profit organization or as a trustee or beneficiary or trustor of the trust. 4. Has the offeror had more than $250.00 worth of business transacted with any member of the City of Santa Clarita staff, boards, commissions, committees, and Council within the past twelve months? if yes, please indicate the person(s) with whom you have conducted business. _/ NOTE: Attach additional pages as necessary. Signatcrre of Offeror Print or Type Name of Offeror �Z/��a�H Date Addendum No. 1 May 21, 2024 Addendum No. 1 PROPOSAL # CIP-23-24-S3037A Biological Monitoring Services for Vista Canyon Bridge and Road Improvements City of Santa Clarita, California This addendum must be acknowledged via BidNet and should be included with the bid response. There was a non -mandatory, pre -bid meeting on May 20, 2024 beginning at 2:00 PM (PT). The meeting was broadcast via Zoom. Attending Staff: • Jackie Lillio — Senior Engineer, Public Works • Angela Seminoro — Engineering Technician, Public Works • Dan Duncan — Environmental Administrator, Eng - CIP • Mariela Delgado — Buyer, Administrative Services • Jaclyn Abston — Buyer, Administrative Services Attending Vendors: • Italia Avila, SWCA • Shira Eilenberg, LSA • Dave Crawford, Compliance Biology • Michelle Maiura, Psomas • Courtney McCammon, CJ Bio • Carla Cervantes, LSA • Lynna Buitron, Psomas • Lauren Singleton, HELIX Environmental • Nick Strait The following questions were asked and answered: Q1) Are agency permits available to review? Al) Yes, please see the attached permits and outline. Please note: the permits cover the entire development project; the bridge project is a component of it. All permit conditions do not apply to the bridge project and the proposer will need to identify those conditions which apply. The City has compiled an outline of permit conditions that are applicable to the bridge project. Q2) Plants and wildlife may not be in correct season. Is that understood by the City? A2) Yes. The successful candidate will complete the required surveys regardless of the season. PROPOSAL # CIP-23-24-S3037A 5,`2 13kryr,�c.3 �t;S� ua Addendum No. 1 May 21, 2024 Q3) Regarding the required training component of the proposal, we need to produce a wallet -sized card to identify animals. Is a handout sufficient? A3) Yes. The materials and training shaft meet the objectives of condition 2.5 Environmental Education Program/Materials within the California Fish and Wildlife authorization on page 10 of the CDFW authorization. Q4) Will this contract require prevailing wage documentation? A4) No, Q5) Is there a map or estimated size of the project site to survey? A5) Yes, please see attached aerial view map. Q6) If the work is delayed more than five days, what pre -construction surveys need to be completed? A6) Once project has commenced, no delays are expected. Biologists are directed to the environmental permits for the requirements of repeating pre -construction surveys if needed. The pre -construction surveys shall meet the objectives of the environmental permits, applicable to the bridge project, within the time frame allotted. The following was reviewed: • Project scope of work • Bidding Guidelines END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. Contractor's Representative Date Company Name PROPOSAL # CIP-23-24-S3037A DESIGNATION OF SUBCONTRACTORS/SUBCONSULTANTS PROPOSAL # CIP-23-24-S3037A Biological Monitoring Services for Vista Canyon Bridge and Road Improvements Project City Project No. S3037A 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'l� of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. if no Subcontractors will be used fill out the form with NA. Please add additional sheets if needed. Subcontractor aC DIR Registration No. Dollar Value of Work �✓ �3 s ` a e v Location and Place of Business s w— 3o s- Bid Schedule Item No's: Description of Work j�izi..y,ai2� c�,rss-.2.��T>o..✓ /�o,r�sw,2 .� �a/Z/ Pn .✓S �2 ✓GT/o .✓ 3 ds 2 Y.� — �Jf r�_rl.a�L.S . r/�� /LL,eCf� License No. Exp. Date: / / Phone ( ) Chas') Ada -�z/r9 Subcontractof DIR Registration No. Dollar Value of Work ,3/aLd( 7C�dL LGC 4o, G Qi Location and Place of Business - Bid Schedule Item No's: Oescription of Work z G�..✓� �,, !2 ✓.eG License No. Exp. Date: / / Phone ( ) y CL a Subcontractor DIR Registration No. Dollar Value of Work Loc tion and Place of Business 51.E 3 a Bid Schedule Item No's: Description of Work .Z C A o cl! S ;3' (1'--r7'G.5 X 4 License No. Exp. Date: / / Phone ( ) NOTE: A contractor or subcontractor shall not be qualified to propose on, be listed in a proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered contractor to submit a proposal that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. NW40 ALLIANCE LAND PLANNING & ENGINEERING INC. June 6, 2024 CIVIL ENGINEERING • LAND PLANNING • HILLSIDE DESIGN • SURVEYING Ms. Jackie Lillio City of Santa Clarita 23920 Valencia Blvd. Suite 300 Santa Clarita, CA 91355 RE: VISTA CANYON — SOLEDAD CONNECTOR CIVIL ENGINEERING DURING CONSTRUCTION JN 2212-CONST1 Dear Jackie, The following is a scope of work to be performed during the construction phase of the project: SCOPE OF WORK Task 1: 1. Process street plan with Caltrans. FEE: NTE $10,000 Task 2: 1. Coordinate with project team during the construction phase. 2. Address questions/clarifications/rfi's as necessary. 3. Coordinate with project surveyor for construction staking. 4. Coordinate with project soils engineer as necessary. 5. Perform miscellaneous tasks as necessary. 6. Attend meetings as necessary. FEE: NTE $50,000 Task 3: 1. Perform field survey (Vertex) as requested by City. FEE: NTE $10,000 RAJOB FOLDER MASTER\22's\2212 - SOLEDAD CONNECTOR\2212-CONST1\2212-CONSTI-Proposal_060324.doc 2248 FARADAY AVE. CARLSBAD, CA 92008 • TEL: (760) 431-9896 FAX: (760) 431-8802 Task 4: 1. Prepare as -built plans. FEE: NTE $5,000 TOTAL FEE: (TASKS 1-4) = $75,000 Additional Budget for miscellaneous tasks that may come up: $10,000 Reimbursables (printing, plotting, shipping) will be billed at direct cost plus 10% under separate invoice. Jackie, the opportunity to provide continued services on Vista Canyon is greatly appreciated. Should this proposal meet with your approval please issue a purchase order at your earliest convenience. Sincerely, Crag IV1. Whitteker, P.E. President RAJOB FOLDER MASTER\22's\2212 - SOLEDAD CONNECTOR\2212-CONSTI\2212-CONST1-Proposal_060324.doc DEXTER WILSON ENGINEERING, INC. DEXTER S. WILSON, P.E. ANDREW M. OVEN, P.E. NATALIE J. FRASCHETTI, P.E. STEVEN J. HENDERSON, P.E. FERNANDO FREGOSO, P.E. KATHLEEN L. HEAT, P.E. WILLIAM W. TODD, P.E. May 31, 2024 898-007 City of Santa Clarita 23920 Valencia Boulevard, Suite 300 Santa Clarita, CA 91355 Attention: Jackie Lillio, Senior Engineer Subject: Amendment #2 to Raise the Cost Ceiling for Providing Engineering Services for Vista Canyon Boulevard and Bridge 16" Water Line Design We are pleased to provide the City of Santa Clarita with the following amendment for continuing engineering services. The additional work includes preparing a Department of Drinking Water waiver application on behalf of SCVWA, providing Bid Assistance services for the 16" water main design, and providing Construction Assistance service for the 16" water line design. These services are outlined below. The proposed contract amendment will allow us to complete the following tasks: 1. Prepare a DDW Waiver application on behalf of SCVWA for the proposed 16" water main going under the existing 57" storm drain in Soledad Canyon Road. The design of the new 16" water line goes under the storm drain because there is insufficient cover over the top of the storm drain for the 16" water line. Engineering Fee $1,200 2234 FARADAY AVENUE CARLSBAD, CA 92008 - (760) 438-4422 FAX (760) 438-0173 Jackie Lillio May 31, 2024 Page 2 2. Provide assistance to the City of Santa Clarita during the Bid phase of the Vista Canyon Bridge project. Tasks would include addressing contractor questions, revising plans in response to contractor questions, adjusting the bid schedule as necessary, and providing updated construction cost estimates based on any plan changes. Engineering Fee $1,600 3. Provide assistance to the City of Santa Clarita during the Construction of the Vista Canyon Bridge project. Tasks would include addressing contractor RFIs, reviewing contractor material submittals, preparing field changes of the plans or details, attending field visits as requested, and preparing final As -Built digital drawings. Engineering Fee $12,000 To complete the additional work on this project, we propose to raise the existing contract cost ceiling by $14,800, from $52,536 to $67,336. If this contract amendment proposal meets your approval, please execute and return an electronic copy for our files or prepare a contract in your format for our signature. Respectfully submitted, Dexter Wilson Engineering, Inc. Andrew Oven, P.E. AO: ah Jackie Lillio May 31, 2024 Page 3 I accept the above amendment and authorize the work described above to be performed. City of Santa Clarita Date llUKKLN LNUINLLKIA Transportation Solutions from Concept to C 1 Ms. Jackie Lillio, PE, TE Senior Engineer Department of Public Works — Capital Improvement Projects City of Santa Clarita 23920 Valencia Boulevard Santa Clarita, CA 91355 RE: Amendment for Professional Services —Vista Canyon Bridge Engineering Design Support During Construction and Project Close Out Ms. Lillio: Dokken Engineering is pleased to submit this scope and fee amendment to provide engineering design support during construction and prepare project close out documentation to complete the Vista Canyon Road Bridge over the Santa Clara River in the City of Santa Clarita. A breakdown of proposed support tasks is provided below: Task U: Engineering Design Support During Construction Dokken Engineering will be available to support the construction of the Vista Canyon Bridge and assist with interpretation of the contract documents for the overall project. Engineering Design Support during Construction includes the following for a Lump Sum Engineering Fee of $275, 000: Construction Meetings: Dokken Engineering will attend the pre -construction meeting and assist with preparation of meeting notes, answering questions, and providing clarification to the plans and project specifications as required. The Dokken team will be available to attend construction meetings (virtually) on an as -needed basis and attend up to two construction meetings in -person as directed by the City. Site Inspection Visits: Dokken Engineering will conduct up to eight site visits to aide in resolving potential construction Requests for Information (BFI's) and assist the Construction Management team in observing the progress of construction. The eight site visits will be in addition to any site visits conducted during weekly construction meetings that the Dokken team attends in person. Dokken Engineering will notify the Construction Management team of any inconsistencies between the present field conditions/construction progress and the project plans and specifications. Respond to Requests for Information (RFI's) and Change Requests (CR's): Dokken Engineering will provide ongoing consultation and interpretation of contract documents (project specifications and Vista Canyon Bridge plans) as requested by the Contractor through the Construction Management team and the City. Written responses will be provided for BFI's and CR's regarding the Vista Canyon Bridge foundation, substructure, superstructure, bridge approach slab, and crash cushions, along with approach guard rails to be installed below the existing Caltrans SR-14 bridge. Supplemental or revised drawings and specifications may be issued to provide clarity to the Construction Management team and the Contractor in support of BFI's, CR's, and design changes due to differing site conditions. Review of Construction Submittals: Dokken Engineering will review construction submittals for: shop drawings (precast concrete girders, including review of bridge profile and camber calculations), concrete mix designs, temporary shoring plans for Vista Canyon Bridge related earthwork, Vista Canyon Bridge related falsework plans, Cast -in -Drilled -Hole Pile (CIDH) pile installation plans, driven pile installation plans, and temporary water diversion plans (as -needed) for conformance with the project plans, specifications, and permits. Dokken Engineering will also provide review and analysis of CIDH pile gamma -gamma logging reports, recommend supplemental cross sonic logging tests and reports as needed, and work with the Contractor and Construction Management team to evaluate any CIDH pile mitigation repair strategies that may be required. 1450 Frazee Road, Suite 100, San Diego, CA 92108 ■ Tele: 858 514-8377 ■ Fax: 858 514-8608 ■ www.dokkenengineering.com X Contract Change Order (CCO) Support: Dokken Engineering will assist the City's Project Manager and Construction Manager in reviewing CCO requests. Dokken Engineering will review applicable CCO's and work with the design team discipline leads (Civil, Bridge, Signals, Landscape, Lighting, Utilities, and Water) to prepare a construction cost estimate for the changes associated with the CCO, assist with providing new or revised technical specifications for change order work, and provide a recommendation to the City for the request. Supplemental Engineering Support Services: Dokken Engineering will assist the City's Project Manager with any questions and requirements for working within Caltrans Right -of -Way, provide assistance with processing the Caltrans Encroachment Permit, and assist with the application to obtain a bridge number through Caltrans local assistance. Task 1.2: Project Close Out The Dokken Engineering team will work with the City's Project Manager and Construction Manager to close out the Vista Canyon Bridge portion of the project. The Dokken team will ensure that all work performed for the Vista Canyon Bridge was completed pursuant to the project plans and specifications. Project Close Out includes the following for a Lump Sum Engineering Fee of $45, 000: Final Inspection: The Dokken Engineering team will complete a final walk-through near the end of construction activities to perform the final inspection of the Vista Canyon Bridge work with the City's Project Manager and Construction Manager to develop a `punch -list' of pending construction items to be completed prior to project close-out. As -Built Plans: At completion of construction, the Dokken team will prepare the final record drawings (as - built plans) for the Vista Canyon Bridge based on markups received from the Construction Manager and Contractor, along with supplemental or revised drawings from addenda or RFI's. Vista Canyon Bridge Drawings will be provided in both PDF and in full-size mylars. Dokken Engineering will work with the design team disciplines leads (Civil, Bridge, Signals, Landscape, Lighting, Utilities, and Water) to assemble the final record drawing set for the Vista Canyon Bridge project. Dokken Engineering will assist the City with obtaining product literature, recommended maintenance guides, and warranty information for features installed as part of the project. The proposed amendment fee for providing Design Support During Construction and Project Close Out for the Vista Canyon Bridge over the Santa Clara River is $320,000, lump sum, to be paid in increments towards the successful completion of the following milestones: • Completion of Bridge Construction: $275,000 • Completion of As -Built Plans: $45,000 Amendment Lump Sum Total: $320,000 If you have any questions or wish to discuss this proposal in further detail, do not hesitate to give me a call at (858) 514-8377, or contact me by email at ctornacikdokkenen in�g com Sincerely, DOKKEN ENGINEERING l Charles Tornaci, PE Project Manager 1450 Frazee Road, Suite 100, San Diego, CA 92108 ■ Tele: 858 514-8377 ■ Fax: 858 514-8608 ■ www.dokkenengineering.com AA IDS GROUP Work Authorization #6 Request June 4, 2024 Jim Backer Vista Canyon, LLC 27451 Tourney Road, Ste. #250 Valencia, CA 91355 PROJECT: Vista Canyon Blvd Bridge Lighting IDS PROJECT No. 16E035.01 WA REQUESTED BY: City of Santa Clarita SCOPE OF WORK: We are requesting work authorization for the following work based on your request. 1. Extended fees to complete the construction support phase, including submittals and RFIs review, as -built plans, attending up to (4) online meetings during construction, and project closeout. There is $1,650 remaining from original project contracts and work authorizations that will be used with the below fee, leaving $6,650 for the construction support phase. FEES: ❑ Reimbursable ❑ Non- ❑ Billable Expenses: Billable ❑ Construction ® Lump $5,000 ❑ Hourly (NTE) Documents Sum CURRENT HOURLY RATES: Principal......................................................$234 Senior Cost Estimator ................................ $175 Associate Principal....................................$220 Project Architect or Engineer ..................... $175 Senior Project Manager I Associate .......... $211 Designer Architect or Engineer.................$160 Senior Planner..........................................$211 Engineering Designer - BIM ......................$139 QA/QC Manager........................................$211 Spec Writer ................................................ $160 Registered Architect or Engineer .............$197 Architectural Job Captain I Designer ........$132 Project Manager........................................$197 CAD Drafting Engineer I Architect ............. $118 Senior Architect or Engineer .....................$185 Office Administration .................................... $73 APPROVAL: This proposal for consulting engineering services is accepted, and all conditions are agreed upon. Client/Company: M Date: Title: Note: We will only proceed upon receipt of the signed authorization. Invoices are due 60 days from their date and will accrue interest at 10% per annum beginning 60 days after receipt of the prime contract fees. If an invoice becomes delinquent for any reason, we have the right to suspend services and withhold or withdraw instruments of service pending payment. We have the right to be reimbursed for attorney's fees and reasonable related costs incurred in collection efforts. 1 Peters Canyon Rd., Ste.130, Irvine, CA 92606 1 tel. 949.387.85001 fax. 949.387.0800 1 www.idsgi.com Jim Backer Work Authorization #6 Request for Additional Services Vista Canyon, Vista Canyon Blvd Bridge Lighting LLC June 4, 2024 16E035.01 Page 2 of 2 SAPROJECTS\2016\Elec\16E035.01 Vista Canyon Blvd -Bridge Lighting\01 PM\02 Proposals\2024-0604 Work Auth 6 - VC Bridge Lighting -Vista Canyon.docx .�►, IDS GROUP Kimley>»Horn June 6, 2024 Jackie Lillio Senior Engineer City of Santa Clarita 23920 Valencia Blvd. Santa Clarita, CA 91355 Re: Construction Support Services for Vista Canyon Project in City of Santa Clarita Dear Ms. Lillio This letter requests your authorization for the following additional bid and construction support tasks, not included in our original contract for the Vista Canyon Project in the City of Santa Clarita. Kimley-Horn will provide bid and construction support services for the Vista Canyon Project including the following: • Attend one (1) pre -bid meeting at the site • Review contractor bids • Review up to (20) submittals • Respond to up to ten (10) requests for information (RFIs) • Attend up to three (3) progress meetings • Attend up to two (2) construction site visit meetings • Record Drawings (AutoCAD Files, and PDF) Our anticipated fee for these services is $27,500. These services are outside of the scope of our original contract and require your written authorization. These efforts were completed under the terms and conditions of our original contract. Please sign where indicated to authorize these additional services and email back to us at jean.fares@kimley-horn.com cc Maya.Bouchet@kimley-horn.com. Please call me if you have any questions or if you require any additional information at 213-354-9402. Very truly yours, KIMLEY-HORN AND ASSOCIATES, INC. Authorized By: r Jean Fares, P.E. Sr. Vice President Accepted by: City of Santa Clarita By: (Member or Manager, as authorized) (Date) (Print or Type Name) (Date N .11,111,111,11, ............ RTFA GEOTECHNICAL ENGINEERING & ENGINEERING GEOLOGY June 10, 2024 City of Santa Clarita 23920 Valencia Boulevard P020(R)-2024-004 Santa Clarita, California 91355 Job No. 2015-415-004 Attention: Ms. Jackie Lillio Subject: Proposal to Provide Geotechnical Services Observation and Testing Vista Canyon Boulevard Vehicle/Pedestrian Bridge Tract No. 62322 Vista Canyon Development Santa Clarita, California It is with pleasure that we present this proposal that includes an estimate of the costs to provide geotechnical services associated with the subject site. SCOPE OF SERVICES The revised scope of work being proposed is based on discussions and/or information that was provided for our use. Based on this information, we have prepared a detailed table of our proposed services and estimated costs. Please see Attachment A — Scope of Services. Please contact us if you would like us to modify the scope of services in this proposal. ESTIMATED EXPENSES The cost for our services is based on the rates indicated on the attached Fee Schedule. A detailed estimate broken down by task number is provided in Attachment A — Scope of Services. The estimate provided in Attachment A is for budgetary purposes. The estimate is not a fixed cost. Our services will be billed on a time and materials basis in accordance with the attached Fee Schedule. We will only invoice for work and services actually performed. Furthermore, should you or your representative request services beyond those defined in R. T. FRANKIAN & ASSOCIATES 26027 HUNTINGTON LANE SUITE A SANTA CLARITA CALIFORNIA 91355 TEL. (818) 531-1501 WWW.RTFRANKIAN.COM City of Santa Clarita June 10, 2024 2015-415-004 P020(R)-2024-004 Page 2 Attachment A — Scope of Services, such services will be invoiced in accordance with the rates indicated on the attached Fee Schedule. This cost estimate is valid for a period of 60 days from the date of this proposal. Invoicing generally takes place every two weeks. CALIFORNIA PREVAILING WAGES It is our understanding that the project is subject to California Prevailing Wages. Therefore, the cost estimates presented in this Addendum Proposal are based on our attached current Prevailing Wage Fee Schedule. ADDITIONAL SERVICES Additional requested or required services not included within the scope of services described herein would be invoiced in accordance with the attached Fee Schedule. AUTHORIZATION Please provide us with a contract based upon this proposal as detailed in Attachment A. •1• MRTFA GEOTECHNICAL ENGINEERING & ENGINEERING GEOLOGY City of Santa Clarita June 10, 2024 2015-415-004 P020(R)-2024-004 Page 3 Should you desire to discuss or clarify the proposed scope of work or any other aspect of this proposal, please do not hesitate to contact our office. ESS/p � W . RASp��F,� No. GE 2558 BKP/AWR/jh �C OF Yours very truly, R. T. FRANKIAN & ASSOCIATES by: James Yn"kian President M'a� and: Alan W. Rasplicka Principal Geotechnical Engineer Attachments: Attachment "A" — Scope of Services Fee Schedule MRTFA GEOTECHNICAL ENGINEERING & ENGINEERING GEOLOGY ERTSk GEOTECHNICAL ENGINEERING & ENGINEERING GEOLOGY PROPOSAL SUMMARY 6/10/2024 Attachment A P020(R)-2024 004 City of Santa Clarita 2015-415 Attention:Ms. Jackie Lillio Subject: Vista Canyon Boulevard Vehicle/Pedestrian Bridge Task # Task Description Total 001 Bridge Foundation $64,291.00 002 Grading & Roadway Construction $112,732.00 003 ChamberMaxx $24,134.00 004 Utilities $14,029.00 005 Construction Support $67,257.00 006 Laboratory Testing $13,439.00 007 Alternates $17,185.00 Total without Task 007 - Alternates: $295,882.00 Total with Task 007 - Alternates: $313,067.00 GENERAL NOTES Field observation and testing for Tasks 1.0, 2.0, 3.3, and 4.0 include Field Supervision, Job Discussion, and Trip Charges. See Figure A Details for more information. Estimated budgets presented are based on time and expense invoicing. We will only invoice for services provided in accordance with the attached Fee Schedule. No overtime assumed. Actual hours to be coordinated with City of Santa Clarita staff and/or their representatives. City of Santa Clarita P020(R)-2024-004 June 10, 2024 Page 1 of 1 Attachment A City of Santa Clarita Attachment A Details 2015-415-004 June 10, 2024 P020(R)-2024-004 ID TASK Trips HRITRIP (ave) Total Field Hrs Budget Estimate NOTES 1.0 Bridge Foundation 1.1 8' CIDH Piers (24) 24 8.0 193 $45,256 1.2 6' CIDH Piers (4) Task removed at request of CSC 1.3 Driven H Piles (48) 5 8.0 43 $10,057 1.4 Pier Backfill 0 0.0 0 Task removed at request of CSC 1.5 Specific Gravity/Gamma Gamma testing (28) Task removed at request of CSC 1.6 Crosshole Sonic Logging (6) Task removed at request of CSC 1.7 Geotechnical Review of CSL 26.8 $8,978 1.8 Final Report 1 Report Est Budget included in Task 5.6 2.0 Grading & Roadway Construction 2.1 Soil Cement (Grade Adj.Only) 13 6.0 80 $20,042 No 0&T for rip rap placement - to be performed by others 2.2 Vista Cyn Circle - Grading 11 6.5 70 $17,167 2.2.1 Vista Cyn Circle - Curb & Gutter 20 6.5 131 $32,188 No Sidewalk 0&T: per discussion with Jackie Lillio, CSC 2.2.2 Vista Cyn Circle - Asphalt 12 6.5 78 $19,313 2.3 Soledad Connector - Grading 6 6.5 39 $9,609 0&T for median and turn pocket. Includes soil subgrade, base course, and paving. 2.3.1 Soledad Connector - Curb & Gutter 5 6.5 33 $8,007 0&T for median and turn pocket. Includes soil subgrade, base course, and paving. 2.3.2 Soledad Connector - Asphalt 4 6.5 26 $6,406 0&T for median and turn pocket. Includes soil subgrade, base course, and paving. 2.4 Final Report 1 Report Est Budget included in Task 5.6 3.0 ChamberMaxx 3.1 Infiltration Testing 0 0.0 0 $0 Task removed at request of CSC 3.1.1 Infiltration Report Task removed at request of CSC 3.2 ChamberMaxx Shoring Design 24 $8,040 3.2.1 ChamberMaxx Shoring Report 1 Report Est Budget included in Task 5.6 3.3 ChamberMaxx Installation 0&T 10 6.5 65 $16,094 3.3.1 IChamberMaxx 0&T Report I 11 Report Est Budget included in Task 5.6 Page 1 of 2 City of Santa Clarita Attachment A Details 2015-415-004 June 10, 2024 P020(R)-2024-004 ID TASK Trips HRITRIP (ave) Total Field Hrs Budget Estimate NOTES 4.0 Utilities 4.1 Water Line $0 4.2 Storm Drain 9 6.0 56 $14,029 4.3 Utility Reports 1 Report Est Budget included in Task 5.6 5.0 Construction Support 5.1 Project meetings 13 2.0 26 $10,920 5.2 Bid support & RFI 3.0 9 $3,015 5.3 Project job discussions 30 $7,950 5.4 Office Engineering & Analysis 30 $10,050 5.5 Data Processing & Management 1 30 1 $4,200 5.6 Final Reports (5) 1 $31,122 1 Includes a total of 5 reports - Tasks 1.8, 2.4, 3.2.1, 3.3.1, 4.3 6.0 Laboratory Testing 6.1 Max. Density 6 3.0 24 $5,229 6.2 Sieve Analysis 6 2.0 16 $3,939 6.3 R-Value Task removed at request of CSC 6.4 Other 6 2.0 16 $4,271 7.0 1 Alternates 7.1 Alternate 3 - Bike Path & Pedestrian Trail 0 $0 Task removed at request of CSC 7.2 Alternate 4 Southern Extension of Vista Cyn Blvd 12 6.0 72 $17,185 Shown on Sht 105-107. Southern extension of Vista Canyon Boulevard between Humphreys Pkwy and Vista Canyon Blvd. Includes 0&T for base course and paving only, per CSC 7.3 Material Testing - Concrete ITask removed at request of CSC Page 2 of 2 P020(R)-2024-004 FEE SCHEDULE City of Santa Clarita Geotechnical Services - Observation and Testing Vista Canyon Boulevard Vehicle/Pedestrian Bridge Tract No. 62322, Santa Clarita, California Proposal No. P020(R)-2024-004, Job No. 2015-415-004 PERSONNEL MANAGING PRINCIPAL/CONSULTING GEOTECHNICAL ENGINEER PRINCIPAL ENGINEER/PRINCIPAL GEOLOGIST ....................................... GEOTECHNICAL ENGINEER/ENGINEERING GEOLOGIST ..................... PROFESSIONAL ENGINEER/GEOLOGIST..................................................... SUPERVISING FIELD ENGINEER/GEOLOGIST (Includes Deputy Grading Inspector) SENIOR FIELD ENGINEER/SENIOR FIELD GEOLOGIST ............. LEAD FIELD TECHNICIAN................................................................. FIELD TECHNICIAN DRAFTING/CAD................................................................................... LABORATORY TESTING...................................................................... CLERICAL................................................................................................ COURT APPEARANCES AND DEPOSITIONS (4 hour minimum) EXPENSES FIELD SERVICE TRIP CHARGE............................................................................. MILEAGE (from office to destination and return; excludes field service trips) REPRODUCTION...................................................................................................... SUBCONTRACTED EQUIPMENT............................................................................................ (Drill Rig, Backhoe, Unskilled Labor, Consultants, and Deputy Inspectors, etc.) TRAVEL EXPENSES, SUBSISTENCE, VEHICLE RENTAL, FREIGHT, OTHER OUTSIDE EXPENSES................................................................. FIELD SERVICE CONDITIONS RATE ($/HOUR $265.00 .................. $205.00 .................. $185.00 $175.00 .................. $155.00 .................. $140.00 .................. $140.00 .................. $750.00 $170.00/visit .... $0.92/ mile ... Cost + 22% ... Cost + 22% Cost + 22% MINIMUM FEE FOR FIELD SERVICES....................................................................................................... $760.00/ trip OVERTIME - After 8 working hours per day & Saturdays...............................................................1-1/2 time - After 12 working hours, Sundays & Holidays........................................................ Double Time (Four-hour minimum charge on weekends & holidays) FIELD SERVICES will be billed at Field Technician, Senior Field Engineer or Supervising Field Engineer rate, depending on manpower availability and/or experience required due to complexity of project. Occasional site visits by the responsible Project/Senior/ Geotechnical Engineer or Engineering Geologist may be required to check on progress or to answer technical questions that arise. FEES ARE DUE AND PAYABLE ON PRESENTATION OF INVOICE. R. T. FRANKIAN & ASSOCIATES reserves the right to charge the maximum legal interest on unpaid balance and collection fees, if required, to secure payment. $-23 ORTFA GEOTECHNICAL ENGINEERING & ENGINEERING GEOLOGY April 11, 2024 Jackie Lillio City of Santa Clarita 23920 Valencia Boulevard Santa Clarita, CA 91355 SUBJECT: VISTA CNAYON BRIDGE CONSTRUCTION SUPPORT Dear Jackie: Yamasaki Landscape Architecture is pleased to provide this proposal for landscape consultant services for the Vista Canyon Bridge project in Santa Clarita, CA. Description of Project: This proposal includes fees for construction support and administration. Description of Services: Construction Administration 1. Assist with bid documentation. 2. Respond to contractor questions and RFls. 3. Review contractor submittals and change orders. 4. Attend virtual construction meetings. 5. Conduct one site visit at the end of construction to inspect the irrigation and plant material and provide a punch list of items to be completed. 6. Review and approve record drawings. Fees: Services for this project will be billed as a fixed fee of $15,000.00 Services Not Included: 1. Revisions to the approved drawings upon commencement of construction. 2. Landscape Soil Analysis YAMASAKI LANDSCAPE ARCHITECTURE 1223 High Street Auburn, CA 95603 1 530.885.0040 1 yamasaki-la.com Jackie Lillio VC BRIDGE April 11, 2024 Page 2 The above services, if requested, may be completed as additional services, as well as the following items: construction kickoff meeting, additional design time or services other than those defined above, additional meetings, or construction administration. Delivery and reproduction charges will be billed at cost. Hourly Rates: Principal $240.00 Landscape Designer $150.00 Landscape Architect $185.00 Administrative $95.00 If this proposal meets with your approval, please sign below, and return a copy to us. Please feel free to call if you have any questions or concerns regarding this proposal. Sincerely, Jeff Ambrosia, ASLA, LEED AP President CA Lic. # 4057 Approved by: Date: Printed Name: YAMASAKI LANDSCAPE ARCHITECTURE 1223 High Street Auburn, CA 95603 1 530.885.0040 1 yamasaki-laxom