Loading...
HomeMy WebLinkAbout2018-04-24 - AGENDA REPORTS - GUARDRAIL UPGRADE- PROJ M0121 (2)O Agenda Item: 5 CITY OF SANTA CLARITA -`' AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL:�1 A11�443 DATE: April 24, 2018 SUBJECT: CITYWIDE GUARDRAIL UPGRADE, PROJECT M0121 -AWARD DESIGN CONTRACT DEPARTMENT: Public Works PRESENTER: Damon Letz RECOMMENDED ACTION City Council: 1. Award the design contract to Kimley-Horn and Associates, Inc. for the Citywide Guardrail Upgrade, Project M0121, in the amount of $146,785 and authorize a contingency in the amount of $14,678 for a contract amount not to exceed $161,463. 2. Appropriate Miscellaneous Federal Grant funds (229) in the amount of $5,000 to expenditure account M0121229-5161.001 and increase revenue account 229-4424.009 by $5,000. 3. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND The Citywide Guardrail Upgrade, Project M0121, is a Highway Safety Improvement Program (HSIP) grant funded project which will analyze and design upgrades for guardrail and guardrail end treatments to meet the current Federal Highway Administration guidelines at 30 existing locations throughout the City of Santa Clarita (City). The selected locations were identified by condition and age and are located along the following major roadways: Bouquet Canyon Road, Whites Canyon Road, Via Princessa, Soledad Canyon Road, Sand Canyon Road, Magic Mountain Parkway, Railroad Avenue, and Newhall Avenue. All locations are along major arterial roadways that have posted speed limits of 40 to 50 MPH. This project exemplifies the City's commitment to maintaining the safety, quality, and value of our public infrastructure and is a component of the Sustaining Public Infrastructure theme of the City's five-year strategic plan, Santa Clarita 2020. Page 1 Packet Pg. 29 O On October 16, 2017, a Request for Proposal (RFP) was advertised on the City's website and published in the local newspaper. The RFP asked firms to identify their relevant experience with similar projects, demonstrate their design approach, and specify their qualifications for this proj ect. On November 9, 2017, the City received three proposals. All three proposals were reviewed and evaluated by staff, utilizing the new Caltrans procedures for Architectural and Engineering (A&E) consultant selection and ranking. Based on the evaluation criteria set forth in the RFP and the A&E procedures, the following is a summary of the firms' rankings: Rank Company Location L Kimley-Horn and Associates, Inc. Woodland Hills, CA 2. MNS Engineers Westlake Village, CA 3. JT Engineering Agua Dulce, CA The rating system heavily emphasized understanding the required scope of work, potential issues and resolutions, experience with similar projects, understanding of Federal Highway Safety and Improvement Program grant funds, qualifications of the project team and their resources, and organization of the proposal. Additionally, the consulting firm was asked to provide a detailed schedule and scope of work required for them to prepare the plans, specifications, and an engineer's estimate. Based on their design experience and the completeness of their proposal, staff recommends the City Council award the design contract to Kimley-Horn and Associates, Inc. (Kimley-Horn). Kimley-Horn demonstrated an in-depth understanding of the project needs, provided a detailed scope of work, and illustrated their understanding of the design needs for the project by identifying key design issues, along with valuable engineering ideas. In addition, they provided a reasonable schedule of work and identified a qualified design team for the project. The requested funding of $5,000 will add to the current budget of $186,500, for a total budget of $191,500. This will allow for the award of the design contract totaling $161,463 and provide $30,037 for staff time, project administration, and miscellaneous project costs. The requested contingency of $14,678 will cover costs for additional design efforts due to unforeseen conditions or conflicts uncovered during site investigations and design coordination with Southern California Edison or other utilities. 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, does not authorize the selection of professional architectural and engineering services based on costs, and does not require the cost proposals to be sealed. However, federally funded design projects, such as this, require the City to follow the strict federal guidelines in the Caltrans Local Assistance Procedure Manual (LAPM). In the Consultant Selection section of the LAPM, it states, "Each consultant's cost proposal must remain sealed until negotiations commence with that particular consultant." Therefore, unless the recommended action to award to the top most -qualified firm is not approved, the other cost Page 2 Packet Pg. 30 O proposals submitted must remain sealed. Per the federal guidelines of the LAPM, staff opened Kimley-Hom's sealed cost proposal and negotiated a final contract at a fair and reasonable price for the services requested in the RFP. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Upon approval of the recommended actions, the total Fiscal Year 2017-18 budget for this HSIP funded project will be $191,500 in expenditure account M0121229-5161.001. This amount will adequately provide for the award of the design contract and project administrative cost. This request has no impact on the General Fund. ATTACHMENTS Location Map and List of Locations Proposal from Kimley-Horn and Associates, Inc. (available in the City Clerk's Reading File) Page 3 Packet Pg. 31 5.a EXHIBIT C r "'SANTA CGLAIUTA Citywide Guardrail Upgrade Jam= Vicinity Map LAKE � O= 22 O m vAsquEzcyVr%. po —PPVR HILL OR J J W z m ., 4 CF2COq O f_� dOH Ike'Q9NCH RD Mq �� MpgNr4� Ga s 2 w � 2 % 3ar 25 r LYDtrg AV 7� 0 @beet ceneranr !on Rana McNelty, O Locations '"`�r� Freeway Santa Clara River tCWYl pht 0160 3a 6e Gama G� Capyrlpat'.D761, Te GSy oT 3ari,9 GNnm ODe: net arrant Major Roads C�] City of Santa Clarita ae accuegdae Bata dna aswmea na an au.. t9buty nx e � err9rs 9ramiezane Boundary Maa a.aar"by G$ofs.m Garde G13 DIviWon r Q Packet Pg. 32 5.a EXHIBIT D LIST OF GUARDRAIL LOCATIONS 1 BOUQUET CYN RD, W/O HOP CT, NORTH SIDE, EAST SIDE OF BRIDGE 2 BOUQUET CYN RD, W/O HOB CT, NORTH SIDE, WEST END OF BRIDGE 3 BOUQUET CYN RD, W/O HOB CT, SOUTH SIDE, EAST END OF BRIDGE 4 BOUQUET CYN RD, W/O HOB CT, SOUTH SIDE, WEST END OF BRIDGE 5 WHITES CY RD, N/O CANYON CREST, EAST SIDE, SOUTHERLY END OF G.R. 6 WHITES CYN, N/O NADAL, EAST SIDE, SOUTHERLY END OF G.R. 7 WHITES CYN RD, N/O WILDWIND RD, WEST SIDE, NORTHERLY EDGE OF G.R. 8 WHITES CYN RD, S/O WILDWIND RD, WESTSIDE 9 WHITES CYN AT VIA PRINCESSA, WEST SIDE 10 VIA PRINCESSA, W/O WEYERHAUSER WY, NORTH SIDE, EASTERLY END OF G.R. 11 SOLEDAD CYN RD, W/O CAMP PLENTY, NORTH SIDE, EASTERLY EDGE OF BRIDGE 12 SOLEDAD CYN RD, W/O CAMP PLENTY, NORTH SIDE; WESTERLY EDGE OF BRIDGE 13 SOLEDAD CYN RD, E/O PENLON RD, SOUTH SIDE, WESTERLY END OF G.R 14 SOLEDAD CANYON RD, E/O SAND CYN, SOUTH SIDE 15 SOLEDAD CANYON RD, E/O FLOWER PARK DR, SOUTH SIDE 16 SAND CYN RD, N/O LOST CYN RD, WEST SIDE, NORTHERLY EDGE OF BRIDGE 17 SAND CYN RD, N/O LOST CYN RD, WEST SIDE, SOUTHERLY EDGE OF BRIDGE 18 SAND CYN RD, N/O LOST CYN RD, EAST SIDE, SOUTHERLY EDGE OF BRIDGE 19 SAND CYN RD, N/O SOLEDAD CYN, EAST SIDE 20 MAGIC MTN, E/O VALENCIA BLVD, SOUTH SIDE, W/O BRIDGE 21 RAILROAD AVE, S/O DRAYTON, WEST SIDE, NORTHERLY EDGE OF BRIDGE 22 RAILROAD AVE, N/O OAK RIDGE, WEST SIDE 23 RAILROAD AVE, AT OAK RIDGE, WEST SIDE 24 RAILROAD AVE, S/O OAK RIDGE, WEST SIDE, NORTHERLY END OF GR 25 RAILROAD AVE, S/O OAK RIDGE, WEST SIDE, SOUTHERLY END OF GR 26 RAILROAD AVE, S/O OAK RIDGE, WEST SIDE, NORTH SIDE OF BRIDGE WASH 27 RAILROAD AVE, S/O 13TH ST, WEST SIDE, NORTH OF BRIDGE 28 RAILROAD AVE, S/O 12TH ST, EASTSIDE, SOUTH SIDE OF BRIDGE 29 RAILROAD AVE, S/O WILEY CANYON, EAST SIDE, SOUTH SIDE OF BRIDGE 30 NEWHALL AVE, E/O RACE ST, SOUTH SIDE r Q Packet Pg. 33 November 9, 2017 Debbie Oleary, Assistant Engineer City of Santa Clarita, C/O Purchasing Division 23920 Valencia Boulevard, Suite 120 Santa Clarita, CA 91355 ■ 21820 Burbank Boulevard Suite 230 Woodland Hills, California 91367 TEL 747.900.8386 Re: Professional Design Services, Preparation of Plans, Specifications and Estimate, and Construction Support for the Citywide Guardrail Upgrade Project Dear Ms. Oleary and Members of the Selection Committee: The City of Santa Clarita (City) is seeking a trusted, knowledgeable, and well-qualified engineering Consultant to design the Citywide Guardrail Upgrade Project. An inventory of the existing guardrails, some over 50 years old, revealed that they did not meet current standards and were selected to be funded through the Federal HSIP grant. This project will upgrade the identified locations to the latest guardrail and end -treatment specifications. The Kimley-Horn team brings a number of benefits to the City of Santa Clarita, including: An Experienced and Committed Project Team. Proposed Project Manager, Adam Chase, P.E., T.E., has more than 19 years of technical experience in the field of traffic and transportation engineering. He is an award-winning Project Manager with broad experience in transportation infrastructure related to planning, permitting, design, and construction of roadway projects within the Ventura County, Los Angeles County and the High Desert Region of Los Angeles County. He is supported by Michael Choi, P.E., who will perform quality control/quality assurance and has extensive guardrail experience. Local Project Experience and Technical Expertise. Our team provides the City with strong, local project leadership, combined with technical expertise to successfully complete your project. Qualified Consultants should have expertise in guardrail and end -treatment selection and provide design for each unique location. Kimley-Horn possesses that experience, with past guardrail projects including: Caltrans Guardrail Replacements for Kanan Road Overcrossing in Agoura Hills, CA and Santa Clarita, CA - Sand Canyon Road (Alamo Canyon Drive) and Via Princessa at Whites Canyon Road Guardrail Project Adam will serve as your main point of contact, coordinating Kimley-Horn's resources, and participating in all aspects of design. The City will also receive responsive service from our team of technical experts supporting Adam. A Resourceful and Cost -Effective Solution. Our experience with itemized construction bid schedules, cost estimates, and post -construction maintenance costs, makes us certain that we are the most efficient and cost-effective choice to serve the City. We have no contract exceptions to the City's sample agreement and are able to meet the required insurance limits. Our cost proposal submitted on Caltrans Exhibits 10 -H,10 -K, and 10-02 are enclosed in a separate, sealed envelope. As per the RFP, this project has a DBE goal of 0.0%. Due to the 0.0% goal, a good faith effort for DBE participation is not required. We are passionate about delivering a quality project and sincerely desire the opportunity to provide the City of Santa Clarita with our local resources and expertise to implement this project successfully. If you have any questions regarding this proposal, please feel free to contact me directly at 747.900.8386 or at Adam.Chase@kimley-horn.com. Sincerely, KIMLEY-HORN AND ASSOCIATES, INC. � &/ _J C149, Adam Chase, P.E., T.E. Kidep Horn Table of Contents 1. Consultant Information, Qualifications, and Experience .......................1 2. Organization and Approach/Work Plan.................................................5 3. Schedule of Work................................................................................14 4. Cost Proposal......................................................................................14 5. Subcontractors....................................................................................14 6. Disadvantaged Business Enterprise (DBE) Involvement .....................15 7. Labor Compliance Program................................................................15 8. Statement of Offer and Signature.......................................................15 9. Statements and Agreement.................................................................15 10. Contract Exceptions..........................................................................15 Kidep Horn City of Santa Clarita I RSSB81003.17 1. Consultant Information, Qualifications, and Experience Consultant Information Kimley-Horn is a full-service consulting firm offering comprehensive and innovative engineering design for roadway improvements, guardrail, end - treatment selection, and incidental roadway work. We employ more than 3,000 professional, technical, and support personnel in over 83 offices from coast to coast, with 12 offices in California, including two Los Angeles offices. Kimley-Horn's transportation planning and design experience has helped shape the region and state in the planning and implementation of significant intersection modifications including, but not limited to, signal relocation or modification, utility pot -hole and/or relocation, curb, gutter, ADA improvements, and landscaping. Our passion to work and help our public agency clients has resulted in over 80 percent of Kimley-Horn's work originating from repeat clients, which speaks to the firm's commitment to client service. Since our founding in 1967, Kimley-Horn has grown from a small group of traffic engineers to a multidisciplinary consulting firm recognized as a leader in full-service engineering consulting. According to Engineering News -Record, our firm now ranks 21 st overall among the nation's top 500 design firms and 1 Oth in transportation. Kimley-Horn's continued growth is the result of the firm's commitment to integrity and dedication to providing quality services. We offer clients the local knowledge and responsiveness of a small organization, backed by the depth of resources only a national firm can offer. Experience Our team's experience will serve the City in a highly effective manner due to our ability to work collaboratively in a public agency environment. The City will benefit from our expertise in the following areas: Experience with Caltrans Local Assistance Procedures Manual (LAPAM) — Our project team has extensive experience in completing projects that require close coordination with Caltrans, and we are extremely familiar with their Local Assistance Procedures Manual (LAPAM), having worked on a variety -of projects and funding sources. Our team has aided local agency clients at various stages. We have taken projects from initial grant application through final project close-out with Caltrans Local Assistance. Thus, we know what forms are required at the various stages through preliminary Engineering, Construction Authorization, and the requirements for project close-out and, more importantly, getting reimbursed by Caltrans. We can assist the City in identifying the necessary information required for Caltrans reimbursement. Experience with Caltrans Risk -Based Invoicing Requirements — Our team is very well versed in the Division of Local Assistance Office Bulletins, DLA -OB 14-085 — Risked -Based Invoicing. We have extensive local and state experience with Caltrans and can confirm our understanding of the invoicing requirements. DLA -OB 14-085 addresses internal processing changes related to consultant contracts and construction contracts, and we are prepared to work with the City to establish appropriate invoicing procedures to assist you with compliance. Experience with Similar Work Moorpark Road Sidewalk and Bike Improvements, Thousand Oaks, CA This project was identified by City staff as a high priority to improve sidewalk and bicycle connectivity from Moorpark at Olsen Road heading north to the YMCA entrance. The project will include new roadway widening, sidewalk, drainage, bioswales, landscaping, curb ramps, guardrails, and restriping Class II bike lanes along Moorpark Road. Bicycle buffers are utilized to enhance awareness. Kimley-Horn is providing civil, traffic, and landscaping services. * 2016 -Present, Subconsultant: Wagner Engineering & Survey, Contact: Dan Lazo, City of Thousand Oaks, 805.449.2419 Via Princessa at Whites Canyon Road Guardrail Improvements, Santa Clarita This project was identified by City staff to remove and replace existing guardrails, redesign the intersection ADA ramps and crosswalks along with modification and/or protection of traffic signal components. The guardrails were redesigned to current standards to protect vehicles from the adjacent dropoff embankment and traffic signal equipment and poles. A guardrail was designed to attach to existing bridge abutments, along curvature of roadway, within parkway and/or behind sidewalks. Caltrans -approved end treatments/terminals were used. 2014-2015, Constructed in 2016, Contact: Gus Pivetti, City of Santa Clarita, 661.286.4047 City of Santa Clarita I RSSB81003.17 Kimley?)) Horn Santa Rosa Road Widening Project, Camarillo, CA Kimley-Horn provided engineering design services to widen southbound Santa Rosa Road between Via Latina and San Rafael Way to provide four vehicle lanes and bike lanes. The project included retaining walls, sidewalks, curb & gutters, pavement, striping, signage, traffic control plans and related work to add vehicle and bike lanes to Santa Rosa Road. Kimley-Horn is responsible for geotechnical investigations, surveying and mapping, right-of-way, utilities, public outreach, preliminary and final design, and environmental coordination and permitting. This project was federally funded and needed to comply with the Caltrans Local Assistance Procedures Manual. • Completed: 2016, Contact: Ken Matsuoka, City of Camarillo, 805.383.5672 Ocean Park Boulevard Complete/Green Streets Project, Santa Monica, CA Kimley-Horn provided construction plans, specifications, and cost estimates to complete the design of the Ocean Park Boulevard Complete Green Streets Project. The Kimley-Horn team designed improvements to the Ocean Park Boulevard corridor to provide connections between the neighborhoods on the north and south side of Ocean Park Boulevard and create an inviting environment for residents. In addition, Kimley-Horn designed watershed improvements to help reduce pollutants for urban runoff while also reducing the overall volume of stormwater runoff reaching Santa Monica Bay. The project included the addition of three proposed crosswalks and overhead beacons; green bike lane and bike boxes; landscaped medians throughout the length of the project; curb extensions and bio -retention areas strategically placed along Ocean Park Boulevard; permeable paving in areas not within public travelways; traffic calming measures such as landscaped medians, pork -chops, and curb extensions; and pedestrian level lighting along the thoroughfare. • Completed: 2013, Contact: Carlos Rosales, City of Santa Monica, 310.434.2620 This Project Won the Following Awards: • 2014 Community Enhancement— Excellence in Transportation from Caltrans 2014 Excellence in Transportation Award • 2014 Outstanding Local Streets and Roads Project Awards Program Winners from the 2014 League of California Cities • 2013 APWA Project of the Year, Southern California Chapter Mulholland Highway Scenic Corridor, Calabasas, CA Kimley-Horn provided engineering and design services for the Mulholland Highway Scenic Corridor project, which included roadway improvements, hillside grading and retaining walls, pedestrian amenities, stormwater treatment/damage, roadway improvements, and median and parkway sections designed for future landscaping. The project incorporated the design guidelines established in the Mulholland Highway Master Plan. Kimley*Horn City of Santa Clarita I RSS1381003.17 This segment of Mulholland Highway includes more suburban and commercial uses between Paul Revere Drive and Mulholland Drive, and is mostly found within the jurisdiction of the City of Calabasas, with a small segment in the City of Los Angeles. Kimley-Horn assisted the City of Calabasas in navigating the various departments within the City of Los Angeles to coordinate improvements required for the road segment within the City of Los Angeles. • Completed 2015, Tatiana Holden, Senior Civil Engineer, City of Calabasas, 818.224.1674 Kanan Road MBGR Upgrade, Agoura Hills, CA Due to heavy congestion, the City requested us to evaluate Kanan Road and Agoura Road intersection for various alternatives and based upon our recommendation selected a conventional intersection layout due to its operational benefits. Under this contract, we provided design phase services, including data collection, prepared the intersection design PS&E at 35%, 65% and 95% stages which include utility plans, street plans, stormwater and drainage details, landscape plans, signing and striping plans, traffic signal design plan, erosion control, street lighting and irrigation plan. We will also be assisting the City with supplemental EIR documentation, right-of-way documentation and bidding and construction support to deliver a successful project in the next few months. $300K. ■ Dates: 2015-2016, Charmaine Yambao, City of Agoura Hill Hills, 818.597.7309 Organization structure of the team The organization chart below delineates the roles and responsibilities of the staff assigned to this project. This is the team expected to serve you throughout the duration of the project. �SpNTA a 9 •r a °a ,fi ■ r Jean Fares, P.E. Adam Chase, P.E., T.E. Michael Choi,RE. Nicole Dias, P.E. James Fallon, PLS Michelle Biery, PE. ECG Yiota Georgaiis, EIT City of Santa Clarita I RSSB81003.17 Kimley>>) Horn Matrix of Personnel Titles with Responsibilities/Duties The matrix below outlines our personnel titles and responsibilities for this project. Key staff members are available immediately to begin work on the project and have sufficient workload capacity to meet the project's schedule requirements. Brief resumes are provided on the following pages. Jean Fares, P.E., Principal -in -Charge Legally responsible, for professional services or contracting business I Nicole Dias, P.E., Guardrail Design (PS&E) Design and utility, reseeirch Yiota Georgalis, EIT, Guardrail Design (PS&E) Design and utility research Stibcansultant-> erso_nnel and T(tie_ j 8e p-Oqib1IdiG / — Encompass Consultant Group, Inc. (ECG) Ladd Surveying Services Resumes Professional Credentials • Bachelor of Science, Civil Engineering, University of Massachusetts, Amherst • Professional Civil Engineer in California • Professional Traffic Engineer in California • American Public Works Association (APWA), Member • American Society of Civil Engineers (ASCE), Member • Institute of Transportation Engineers (ITE), Member KimlepMorn Adam Chase, P.E., T.E. Project Manager Adam has more than 19 years of experience in project management, mentoring of staff, intricate problem solving, and technical experience within the field of traffic and transportation engineering. He is an award-winning project manager with broad experience in transportation infrastructure related to the planning, permitting, design, and construction of roadway projects within the Central Coast of Santa Barbara County, Ventura County, and the High Desert Region of Los Angeles County. Adam has direct experience with state and local agency owners. 4 City of Santa Clarita I RSSB81003.17 Professional Credentials • Bachelor of Science, Architecture, California State Polytechnic University, Pomona • Professional Traffic Engineer in California ■ Institute of Transportation Engineers (ITE), Member Professional Credentials • Bachelor of Science, Civil Engineering Technology, Old Dominion University, Norfolk, VA • Professional Engineer in California Asian American Architects/ Engineers, Board of Directors Jean Fares, P.E. Principal -in -Charge Jean has more than 25 years of traffic and transportation engineering experience, including traffic signal design (over 2,000 locations), signal system design (over 1,500 locations), traffic signal timing (over 2,500 locations), traffic operations, signing and marking plans preparation, and traffic control plans. In addition to signal design and corridor signal operations, Jean has extensive experience with CCN, CMS, and other ITS technologies. He has managed Kimley-Horn's on-call engineering services contracts with the cities of Agoura Hills, Thousand Oaks, Santa Clarita, Downey, Chino, Long Beach, Glendale, Burbank, Lancaster, and Palmdale, as well as contracts with the County of Los Angeles, RCTD, and CVAG. Michael Choi, P.E., LEER AP QC/QA Michael has more than 20 years of experience with roadway, transportation, land development, water resources, and utility infrastructures planning and civil engineering design. He has managed projects that include streetscape improvements, roadway/street design, bike lane improvements and studies, utility infrastructure design and planning, traffic control, and stormwater management. He has built strong relationships with key officials in Southern California, including the cities of Agoura Hills, Thousand Oaks, Calabasas, Malibu, Santa Monica, Burbank, Santa Clarita, Culver City, and Los Angeles. 2. Organization and Approach/Work Plan The City of Santa Clarita is seeking a trusted, knowledgeable, and qualified team to perform engineering services for the Highway Safety Improvement Program (HSIP), Upgrade Guardrail/Enhance End Treatment at Various Locations throughout the City in a timely manner. The City is seeking an experienced firm to provide reliable design, as well as guidance to comply with the Federal HSIP Program -funding requirements, and the Local Assistance Procedures Manual (LAPM). Project Understanding and Approach The City has identified up to 30 older guardrail locations to be removed and replaced at various locations, along minor and major roadways, both urban and rural, and at creeks and bridges. It will be the consultant's task to provide recommendations on how best to redesign all 30 locations to current roadside safety standards utilizing a variety of methods. To best understand the project, let's discuss exactly what guardrails are used for and the details that make up the various components. Typical Use Of Guardrails — Guardrails are installed at locations that do not provide a safe clear zone in which a vehicle can decelerate without striking a fixed object or encountering unsafe terrain such as a drop-off. The end of a length of guardrail must be designed so that it does not pose a hazard to the occupants of a vehicle that strikes it. We must configure and utilize the best end treatments within the right of way space provided. City of Santa Clarita I RSS881003.17 Kimley>oHorn The end treatment is intended to allow a vehicle striking it to maintain a safe trajectory beyond the device, to redirect the vehicle into a safe trajectory, or (in the case of energy -absorbing end treatment types) to bring the vehicle to a stop at a safe deceleration rate, depending on the impact conditions. The upstream end of a length of guardrail, that is, the end that a vehicle in the adjacent lane encounters first at the beginning of the length of guardrail, is the end more likely to be struck head-on. The more complex end treatment types (such as energy absorbing types) usually are installed only at the upstream end. Simpler end treatments are used at the downstream end of the length of guardrail if the end treatment is positioned so that it is unlikely to be struck by vehicles crossing the center of the road from the opposing direction. The design of guardrail contains many subtle details, the basis for which may not be readily apparent. We must pay special attention to all connection details. Guardrails must be anchored at both ends, in the same way a railing of rope would need to be anchored to function properly. A guardrail is normally anchored with a terminal system, an end anchor, such as a steel foundation tube or a buried post end anchor, or anchored to a structure using a transition detail. Crash testing shows that the specified height of 30 to 32 inches for the Midwest Guardrail System (MGS) is the optimal height to prevent errant vehicles from climbing over the guardrail, Spacing posts 6 feet 3 inches apart provides resistance to guardrail deflection on impact and lessens the tendency of the guardrail to form a pocket during impact. If there is less than 4 feet, but at least 3 feet of clearance from the face of the guardrail to a fixed object, the strengthened rail section shown in the Standard Plans should be used. This detail uses a combination of longer, heavier posts and closer post spacing to stiffen the rail gradually to reduce the deflection of an impact. If there is less than 3 feet of clearance, concrete guardrail should be considered. The Caltrans Standard Plans show how to transition from metal beam guardrail to concrete guardrail or bridge rail, and have a thrie beam element on the nontraffic side of the transition posts. The metal box spacer on the nontraffic side of the transition is used to match the width of the barrier to the width of the transition. Transitions to bridge rail generally have nested thrie beam elements, one thicker 10- gauge under a thinner 12 -gauge element. The difference in thickness can be seen when side by side. Frequently, when a guardrail ends within the clear recovery zone, our plans and special provisions specify use of a proprietary end terminal system. We typically call out the allowable alternatives in the project special provisions. When the terminal system is required, we make sure the system is installed in accordance with the manufacturer's instructions and the contractor submits a certificate of compliance. Kimley-Horn's approach to the project includes: • Conducting a pre -design meeting with the City of Santa Clarita. • Conforming design parameters to the latest guidelines. • Performing field review to identify and verify existing conditions, such as traffic control devices, road, curb and gutter repairs, and potential utility conflicts. • Showing necessary information in adequate detail on the final design plans to permit construction directly from the plans, and delineate the details necessary for a construction contractor. • Preparing construction cost estimates per the City's format, to determine a phased approach to construction. In addition, we have included Encompass Consulting Group (ECG) on our team to supplement the project to provide field surveys. Kimley>>0Horn City of Santa Clarita I RSSB81003.17 The City needs this project completed in an efficient and cost-effective manner, which demands a project team familiar with the guardrail design and has a coordinated approach to the project components. Kimley-Horn is the right team for the City's project for the following reasons: Guardrail Design Standards —The Kimley-Horn Team has experience designing and replacing guardrail safety systems, including Metal Beam Guard Railing, Thrie Beam Barrier, and W -Beam type Midwest Guardrail Systems (MGS) — Current Standard per the following manuals: ► Caltrans Traffic Safety Systems Guidance (July 2017) • California Manual of Uniform Traffic Control Devices (CA-MUTCD) Caltrans Traffic Manual (Chapter 7) • Standard Specifications and Plans for Public Works Construction • Caltrans Highway Design Manual (Greenbook) • AASHTO Roadside Design Guide to Caltrans Standard Specifications and Plans Caltrans Approved End Guardrail TerminolS —The Kimley-Horn team can utilize Caltrans approved end guardrail terminals that consist of wood and steel posts, gating and non -gating end terminal systems, all of which are NCHRP350 compliant (meets AASHTO M180 specifications). The Pre -Qualified Products List (Authorized Materials List) for Highway Safety Features are available from the Traffic Safety Systems Coordinator: • SRT 27 SP / SRT 31 / SRT -350; CAT — 350; FLEAT — MT and SKT-MGS / FLEAT 350 Note: Trinity ET Plus guardrails are no longer supported by Caltrans due to on-going investigations and claims and are replacing all locations that these systems are currently installed. Guardrail Installation Criteria and Restoration Practice —The Kimley-Horn team understands when considering installation of guardrail at an embankment or a fixed object the following criteria, although not an all-inclusive list, it may be used as a guide: s Collision History • Roadway Alignments • Operating Conditions o Volume / Speed of Traffic / Merge and Weave Areas / Conditions / Roadside Recovery Areas • All the above will influence the Length of Need (LON) The roadway facility type has an impact on the analysis for guardrail due to differing characteristics. Funding limitations and differing operating conditions may influence the limit of the reconstruction of new guardrails at the same locations for replacement. See below for a quick reference table for Railing and Barrier Restoration Practice for Caltrans projects. Existinging or Height (WTd.(in) by Re*dmd Aetim Islctal Beam 0 Reeonstmrt if top of red is below 2W Guardrail (\1BGR) -79 Raise black and rail using additional hole(s) in poet. Midwest Guardrail 31 +1 If out of tolerance: Systern (NIGS) •2 - Add rub rail if top of rail is above 32" Reconstruct if to -frail is below 29" Should ba upgraded per policy to currant standards. Afetal Bwm Bar- 30 NIA If nod, contact the lleadquaders Traffic Operations rier Liaison Thrie Beam 32 o Reconstruct Mop rail is below 32- Rmwve and install T)pe 60 Burin even if beigbi is Type 30 32 0 not reduced and shoulder cross slope is not prmter than 10:1. T)Tc 60 36 0 "%,c sad install oew 7?pe 60 or Type 606 Bar- rier. Consuft The District Traffic Safety Engineer and the All OtherBaniers NA NIA Bridge Barrier& Railing Specialist - Division of Enaimccring Scniccs. Crash Cushions MA NIA Remo%v. raise pod to gado and replace cushion all - Permanta; �yurrr. Table 1: Railing and Barrier Restoration Practice City of Santa Clarita I RSS1381003.17 7 FLEAT End Terminal Kimley}/,)Horn Underground Obstructions/Conflicts and Design Modifications —We understand the challenges to guardrail installations and tight constraints. Guardrail installations require modifications next to drainage inlets or other underground obstructions that conflict with the planned locations for guardrail posts, as such must consider using long -span MGS to omit as many as three guardrail posts. Below, we discuss our knowledge of design issues and recommendations that are critical to achieving a successful project. Grading must be completed before guardrail installation begins. Backfilling of postholes and disposal of excess material from excavation is required. Careful attention should be given to prohibit spoil piles or windrows of material from remaining in front of guardrails and does not interfere with proper drainage. In addition, we must ensure that asphalt concrete dikes are positioned under the guardrail as shown on the plans. Only 2 -inch dike (Type C) is allowed in front of or 25 feet in advance of a terminal system when controlling surface drainage. The construction of guardrail flares are typically as follows: maximum flare for metal beam guardrail and thrie beam guardrail is 15:1 and concrete guardrail cannot be flared at greater than 20:1. Any post not in a terminal or transition can be moved 1 foot in either direction along the guardrail to avoid an underground obstacle. There are other options for omitting or moving posts to avoid obstacles, such as adding posts, as long as the maximum spacing of 6 feet 3 inches is maintained. Also, two blocks can be used on a post or series of posts to space the post farther from an obstacle. When posts are installed in loose soil or near embankment edges, longer posts or some design modifications may be necessary to ensure a barrier with adequate strength. Rustic Brown Color Guardrail Treatment — Newly constructed guardrails or any other roadside safety features should be designed for visual compatibility with the rural character. Natural -appearing materials, such as stone and timber, are preferred where they are appropriate to the local setting. Wood rather than steel elements are generally more consistent with the overall rustic character. Further options should be considered for application of alternative guardrail designs that are more compatible with the rural character. Where steel elements are required based on other considerations, treatments that limit the overall visibility and effect of galvanized steel elements should be integrated to the extent maximum extent practicable. Treatments include rustic brown color guardrail treatments. Certain manufacturers such as Natina Steel utilize 2 -coats of Natina Steel or pre -treat guardrails in their facility located in Coachella, CA and can transform a galvanized guardrail within 10 days to better match surrounding landscapes. Natina Steel is environmentally safe and is applied directly to several hot dipped galvanized surfaces including but not limited to: guardrails, steel posts, sign posts, transmission structures, culvert markers, mile markers, grates, chain-link and wire mesh. Once applied, Natina Steel reacts with the zinc in galvanized surfaces and quickly (over the following 5 — 21 days, depending on sunlight and heat intensity) forms a rustic brown finish that will not fade over time from sun exposure. Why would you want to rust galvanized metal? The galvanized layer is what protects the metal from corrosion. Natina Steel gives you the best of both worlds by creating a beautiful rustic brown finish on top of galvanized metal surfaces without harming the protection offered by the galvanizing. The manufacturer claims that color will not fade, crack, or peel from sun exposure like you see with pigment based colorants (i.e. paints, stains, powder coating, etc.). Potentially an ideal product for the City to utilize on this project. Familiarity with Traffic Safety System Applications — Given the stringent timing of the project required by the funding source, the City needs a team that knows the traffic safety systems issues and is ready to solve them. We are intimately familiar with procedures and the design issues of the installations of various types of guardrail systems: • Guardrail at Embankment Slopes, Guardrail at Fixed Objects, Guardrail Length of Need, Deviation from Typical Layouts, Use of Vegetation Control. We are confident we can complete the project efficiently and cost-effectively. Kimley>Morn City of Santa Clarita I RSSB81003.17 Below is a recent sample of our design capabilities regarding traffic safety system design. Option A - Guardrail behind sidewalk CA {ay] w (40) f7.i7+ V,IxKs PenPmFo wuao LOL + w 1 {LOCAT1pN PER pEr v7 rAH OF + TO gWANJ MEWALK TO RE RELOhEO SECTION A—A NO SCALE Option 8 - Guardrail in front of sidewalk 3 CA ~ 11 t•:'7 s . r TWIT= dbnaY + noeAaaN nEa RE,w] + + /1 �CASffiIG . - - - •• - - - PROTECT Emmc,J SwwM TO CURB ANO CUITR �[!� REMAIN SECTION B—B NO SCALE Guardrail Repair Recommendations: After the installation of these 30 guardrail locations, it will be vital for the City to follow maintenance guidelines for adequate protection in the future. Guardrails will require maintenance from either minor to major levels of damage. We will provide the City guidance as to how to best repair damaged guardrails. There are three levels of damage that typically cause the need and procedure for appropriate repairs—all associated with the required equipment, tools, crew, and time for inspection and maintenance. 1. Guardrail is no longer reasonably functional; 2. Guardrail should function adequately under a majority of impacts; 3. Damage should not affect the guardrail's ability to perform. The City must make a risk assessment about the timing for each repair for each different category of functionality. Parameters such as City resources, hazardous exposure (how likely is it that the guardrail will be hit again), and severity. City staff should use a checklist when assessing damaged guardrails. In addition, the extent of damage may not be visible at first. Guardrails that may only be bent out of alignment less than 6" and the number of posts broken/bent or separated are all significant to the City's policy for repairs. Our knowledge can help guide the City on how best to move forward. Work Plan Task I - Project Management Subtask 1.1 — Project Management, Kick -Off Meeting, PDT meetings Kimley-Horn will schedule and lead a project kick-off meeting within two weeks of NTP to discuss project details with the City. We will prepare the agenda, meeting minutes, and follow-up with action items requested from the meeting. Kimley-Horn will develop a work plan that identifies the following: • a Project Development Team (PDT) outlining individual roles and responsibilities; project expectations and goals (milestones for major activities, and deliverables); specific design issues and constraints based on supporting tasks and preliminary layout. Kimley-Horn will prepare a project schedule (in Microsoft Project) within the first two weeks following a notice to proceed (NTP). Kimley-Horn will prepare monthly project reports addressing the progress of work. Monthly progress reports will provide current information regarding the project schedule and complete deliverables, problems encountered that may affect schedule, budget or work products and anticipated work, action items, and identify activities for the following month. Kimley-Horn will coordinate and attend up to two PDT meetings with City staff and stakeholder representatives; at and in-between periodic project City of Santa Clarita I RSSB81003.17 Kidep Horn milestones, we will participate in up to four conference calls. Kimley-Horn will prepare meeting agendas for the planned meetings and prepare and distribute meeting minutes from the previous meetings to the City Project Manager and other attendees. Output. • Kickoff agenda, meeting minutes, and action item lists (one electronic file [Adobe PDF] copy and one hard copy); attend up to two PDT meetings, with related coordination and agenda preparation, meeting minutes, and action item lists; baseline progress schedule, up to 6 monthly progress reports, and progress schedule updates (one electronic file [Adobe PDH copy and one hard copy). Subtask 1.2: Agency Coordination Kimley-Horn will meet once with up to three agencies affected by the project. We have identified at least two agencies Caltrans and Los Angeles County Watershed Agencies and will coordinate and incorporate their input, if any, prior to the submission of the 65% Design of the project. In addition, we will provide recommendations to City Staff on what to consider for short and long term maintenance for the new guardrail systems. Output. Meeting agenda and meeting minutes; memorandum on maintenance recommendations for guardrail systems. Subtask 1.3 — Utility Coordination The Kimley-Horn team will coordinate with the City to identify utility agencies to send initial letters ("A" Letters) to request utility as -built information for the project location. Utility information will be incorporated into the project base mapping. Kimley-Horn will continue with the utility notification process and provide conflict letters ("B" Letters). The letters will be sent out to the appropriate utility agencies to reflect the proposed improvements and assess the locations of their facilities as incorporated into the base mapping. Potential conflicts will be identified and follow-up coordination will be conducted to resolve the conflicts or provide for relocation. If necessary, new or revised service locations will be coordinated with the various utilities for electric and phone service. Notice to relocate letters ("C" Letters), will be sent out to the appropriate utility agencies after final design is approved. Output. Utility Base Map and Matrix; letters A, B, and C. Subtask 1.4 — Implementation of Quality Control Kimley-Horn will plan for and provide Quality Control/Quality Assurance (QC/QA), which consists of documenting the monthly progress report, our process whereby deliverables are checked prior to formal submission, and tracking and filing project -related correspondence and memorandum. The QC/QA Manager will also monitor and review project activities and deliverable schedules. Output. Quality Control Redlines/Markups Task 2 - Preliminary Investigation Subtask 2.1: GIS Data Kimley-Horn will collect and selected review readily available data from the City/County/Caltrans consisting of GIS files, as-builts, traffic data, existing cross-sections developed from the proposal, geotechnical studies, master plans, and other related supporting information for the project. In addition, Kimley-Horn will work with City staff to develop GIS database layer for guardrail locations to incorporate into the City's database. Output List of required data from the City; list of data collected; GIS guardrail data layer. Subtask 2.2 — Field Visits The field visit will include 30 guardrail locations to evaluate the existing components against the latest California MUTCD standards, Standard Specifications and Plans for Public Works Construction, Caltrans Standard Specifications and Plans 2015, Caltrans Traffic Manual (chapter 7), Caltrans Highway Design Manual, and AASHTO Roadside Design Guide. Site visits will consider the following: Guardrail condition, length, height and proximity to curbs, potential for height adjustments; post block type, and condition; end terminal type, and condition; Bridge Anchorage type; curved rail; apparent protection adequacy; associated roadway work due to the impacts of adjusted footprint of new guardrails. Kimlep Horn 10 City of Santa Clarita I RSSB81003.17 Kimley-Horn will meet City staff in the field up to two times during the project. Once before the 65% submittal to review the details of each project site and the challenges associated with new guardrail recommendations. The second meeting will be after 95% to review the plan set and incorporate any final comments into the project documents. The field visits will document the location of features such as guardrails, bridge abutments, culverts, signing and striping, curb, gutter, sidewalk, and the presence of aboveground and visible belowground utilities. We will also note the locations of conduit, pull boxes, vaults, and evaluate the City's existing infrastructure to provide compatibility with proposed upgrades. Output. Field Visit risk matrix and action items. Subtask 2.3 — Data Collection Kimley-Horn will research readily available records and documents pertaining to the project, including existing improvement plans, topographic data, maps, record or "as -built" drawings, utility plans, report centerline ties, and studies. Plans will be prepared on readily available aerial topographic imagery provided by the City or available via City/County GIS data. Existing As-Builts will be utilized to draft existing right-of-way information. Output. List of Data Collected. Subtask 2.4: Surveying The Kimley-Horn team will locate and identify with GIS data only right-of-way and property boundaries to show on the plan set. Right of way services performed by a professional land surveyor can be provided as an optional task. The Kimley-Horn team will prepare a map of existing conditions at each of the 30 guardrail sites. Work will be limited to the subject guardrail and its immediate vicinity, up to and including 50 feet of site. Cross sections will be provided every 10 to 20 feet (depending on complexities) and extending into the roadway 10 feet and 10 feet beyond guardrail locations for potential conforms. Features will include guardrails, drainage systems, curb, gutter, road, hinge points (on slopes), utilities, and bridge abutments. Output CADD mapping of detailed topography. Optional Subtask 2.5: Surveying (Right of Way) The Kimley-Horn team can provide optional right-of-way compilation involving the following: • Research available maps and/or documents as identifiable with current County Assessor maps. Compile record location of rights of way based on maps obtained, oriented to site mapping with limited number of boundary / right of way monuments measured in the field. Resolving boundary or rights of way lines is not part of this scope. Output: Existing right-of-way maps. Task 3 — Design Subtask 3.1 — 65016 Preliminary Design To note, each of the 30 locations once design is reviewed and considered complete for 65% will be submitted to the City for review to assist on scheduling the project's milestones. Title Sheet/General Notes/Key Map and Line Index The Kimley-Horn team will prepare two (2) sheets a title sheet with a vicinity map, location map, utility company contacts, legend, and general notes for the project. General Cross -Sections The Kimley-Horn team will prepare three (3) sheets for typical sections consisting of guardrail improvements, with structural pavement sections, variable widths, showing: grading conforms, parkway, cross slopes, curb and gutter, lane widths, and traveled way pavement materials. City of Santa Clarita I RSSB81003.17 11 Kim [ey )>> Horn Guardrail Demolition and Utility Plans The Kimley-Horn team will prepare eight (8) sheets at 1 "=20' Horizontal Double Stacked for the project limits. Demolition and utility components will show the demolition, disposal, removal and/or relocation of observable guardrails, utilities, signs, curbs, and gutters required to facilitate the propose design. Guardrail Street Improvement Plans The Kimley-Horn team will prepare eight (8) sheets at 1 "=20' Horizontal scale for the project limits. The improvements will include but not be limited to guardrail improvements, concrete sidewalk, ADA ramps, curb and gutter, connections to existing features, and grading conforms. Pavement will be assumed to match the existing pavement structural section plus one inch. Fine grading, spot grade elevations, and grade breaks for guardrails that require a detailed layout will be shown. Guardrail Construction Details The Kimley-Horn team will prepare four (4) sheets for specialty guardrail connections and conforms. The details will include guardrail conforms, tie-in locations, additional layout, grading, and spot grades to support the construction. The plan set will include the removal and installation of guardrail at 30 locations as referenced within the RFP.Guardrail design will follow the following standards: 1. CA-MUTCD; 2. AASHTO Roadside Design Guide; 3.2015 Caltrans Standard Plans and Specifications; 4.California Department of Transportation traffic safety-related devices, and authorized materials. It is assumed that, if required, the Stormwater Pollution Prevention Plan (SWPPP) will be deferred to the Contractor to be deferred at the time of construction. We will prepare the plans following our in-house quality control/quality-assurance program. Quality control at Kimley-Horn is not limited to senior staff at the end of the project. We conduct quality control checks prior to each submittal as well as having our engineers and technicians provide over -the - shoulder checks throughout the duration of the project. Engineers Opinion of Probable Construction Costs Kimley-Horn will revise, compile, and prepare the Opinion of Probable Construction Costs (OPCC) at each project location. Contingencies will be included at the appropriate percentage. Technical Specifications Kimley-Horn will prepare the project special provisions as it will be assumed that the City will provide the "Front -End" documents, these will based on the latest APWA Greenbook Specifications and 2015 Caltrans Standard Specifications. Output., 65% preliminary design of plans specifications, and OPCC to City; Caltrans submittal will occur at the 95% subtask. Subtask 3.2 — 95% Design The Kimley-Horn team will prepare the 95% submittal based on one round of consolidated, non -conflicting comments received from the City during the previous 65% task. We will continue with our 65% submittal to develop the construction details and remaining design information for a complete plan set. The Kimley-Horn team will prepare a bid schedule from the Engineer's OPCC to be included in the bid documents. Our final opinion of probable construction cost estimate will be based upon, and in agreement with, the final items of work with estimated quantities. The design deliverables will include: Providing final improvement plans along with special provisions, and an OPCC estimate. We will wet seal stamped and signed by a licensed California Civil Engineer and Traffic Engineer. In addition, we will provide a comment response matrix on how we are addressing City comments. Kimley //) Horn 12 City of Santa Clarita I RSS1381003.17 Output 95% Construction Documents to the City: Plans, Specifications, and OPCC; comment response matrix. Task 3.3 — Final Design Kimley-Horn will provide the following design deliverables: final improvement Plans on Mylar ready for advertising and bidding, along with final special provisions (specifications), and a complete Engineer's OPCC, all wet seal stamped and signed by a licensed California Civil Engineer and Traffic Engineer. Final plans will be submitted on Mylar sheets 24"x 36" in size. The final plans and specifications will be delivered to the City of Thousand Oaks. In addition, we will provide a comment response matrix on how we are addressing City comments. Output: Mylar Construction Documents to the City: Plans, specifications, and OPCC; comment response matrix. Subtask 3.4 — Permitting Kimley-Horn will meet and coordinate with Caltrans' Permit Office, and prepare and provide a Permit Engineering Evaluation Report (PEER) prior to submitting City -approved documents to Caltrans. We have assumed that up to one submittal will be provided. Output Draft PEER to the City for review; final PEER to Caltrans. Task 4 - Construction Support Subtask 4.1 — Construction Support Services The Kimley-Horn team will respond to questions during the bidding process and pre -construction meeting. We will attend the pre -construction meeting. Kimley-Horn will provide support during the construction phase of the project by responding up to three (3) reasonable and appropriate Contractor requests for information (RFIs) and issuing clarifications and interpretations of the Contract Documents, as appropriate, to the orderly completion of Contractor's work. In addition, we will review and approve up to five (5) contractor submittals for construction. We will attend up to one (1) jobsite construction progress meetings, as well as the final inspection and walk-through. We will review and provide input on up to four (4) change orders and/or shop drawings during construction as requested by the City. We have assumed up to 24 hours of work with the above construction support services. The Kimley-Horn team's site visits and observations are not intended to be exhaustive or to extend to every aspect of Contractor's work in progress. Observations are limited to spot checking, selective measurement, and similar methods of general observation of the Work based on Consultant's exercise of professional judgment. Based on information obtained during such visits and such observations, the Kimley-Horn team will evaluate whether Contractor's work is generally proceeding in accordance with the Contract Documents, and keep the City informed of the general progress of the work. Output Attend a pre-bid meeting, construction progress meeting; addenda, RFIs, Shop Drawing Review. Subtask 4.2 — Record Drawings The Kimley-Horn team will incorporate one master set of consolidated, non -conflicting redlines provided by the Contractor to incorporate as the record drawings. We will provide electronic record drawings to the City, in addition to updated Mylars as the project's final record drawing plan set. Output Updated Mylars with as -built information. Optional Services Kimley-Horn team can provide the following optional services if requested: Hydrology and Hydraulics, Storm Drainage Improvements; Geotechnical Services; Environmental Reports and Permits; Right of Way Surveying; Monument preservation. City of Santa Clarita I RSSB81003.17 13 Kimley>>> Horn 3. Schedule of Work suotasK 1.11: Project Management, Kick-off Meeting, PDT Meetings Subtask 1.2: Agency Coordination Subtask 1.3: Utility Coordination Subtask 1.4: Implementation of Quality Control Subtask 2.1: GIS Data Subtask 2.2: Field Visits Subtask 2.3: Data Collection Subtask 2.4: Surveying Subtask 2.5: Surveying (Right of Way) (Optional Task) Subtask 3.1: 65% Preliminary Design On-going City Review Subtask 3.2: 95% Design City/Caltrans Review Subtask 3.3: Final Design Subtask 3.4: Final Permitting Subtask 4.1: Construction Support Services (On-go- ing)__.. Subtask 4.2: As-Builts (TBD) r _ Task Duration O Conference Call Meetings Q Draft Final F_� aI PDT Meetings a Kickoff Meeting 4. Cost Proposal The cost proposal submitted on Caltrans Exhibit 10-H, Sample Cost Proposal (Attachment H), containing all of the cost components, including direct, indirect, other direct, and fee shall be submitted in a separate sealed envelope with the proposal. This will also inlcude forms 10-K and 10-2. 5. Subcontractors Contact: James Fallon, P.L.S. Principal Surveyor 20 Years of Experience 25000 Avenue Stanford, #208, Santa Clarita, CA 91355 P: 661.600.9367 E: james.fallon@ecgcivil.com Encompass Consultant Group, Inc. (ECG) is an employee -owned private consulting firm providing quality civil engineering and land surveying services to a variety of clients in the public, private and institutional sectors. The group is comprised of highly respected engineers, land surveyors, and designers who, combined, have well over 100 years of experience providing consulting engineering and surveying services throughout Ventura County, Los Angeles County, and Santa Barbara County. Civil Engineering Services, Land Surveying Services, and Land Planning Services Kimley>Morn 14 City of Santa Clarita I RSSB81003.17 6. Disadvantaged Business Enterprise (DBE) Involvement The project has a DBE goal of 0.0% Due to the 0.0% goal, a good faith effort for DBE participation is not required. DBE does not apply and Kimley-Horn is informing the City of Santa Clarita in this proposal. 7. Labor Compliance Program Kimley-Horn understands the LCP requirements and objectives as identified in the RFP, and we are committed to complying with them throughout this project. Kimley-Horn is properly registered with the CA Department of Industrial Relations as is required and will verify that its Subconsultants who are providing prevailing wage services are also properly registered. Kimley-Horn will also provide notifications to our Subconsultants detailing the project specific information and documentation that are required to be provided under state and federal prevailing wage regulations as applicable. 8. Statement of Offer and Signature The proposal is signed by an individual authorized to bind the Consultant, and contains a statement to the effect that the proposal is a firm offer for a 120 -day period, as well as confirmation that the proposed work will be performed at a "not -to -exceed" price. This Statement indicates that the City's Professional Services Agreement (Exhibit A) is acceptable, and does not identify any requested deviation therefrom. 167 g4^ 4 Jean Fares, RE has the authority to legally execute agreements and amendments on behalf of Kimley-Horn with the City of Santa Clarita. 9. Statements and Agreement 10. Contract Exceptions Kimley-Horn has reviewed the sample Professional Services Agreement and would like to discuss the following modifications. STANDARD SUPPLEMENTAL PROVISION A -DESIGN SERVICES AGREEMENTS 21. INDEMNIFICATION AND LIABILITY. (A) To the fullest extent permitted by law, including without limitation Civil Code sections 2782 and 2782.8, 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 from or relate to (including, w4Mut 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, direetly or indifeetly, On whole of im paFt, ffam. (1) any negligent act or omission of CONSULTANT, any subconsultant, anyone directly or indirectly employed by them, or anyone that they control; (2) 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 (3) 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 or active negligence or willful misconduct of such Indemnitee, but shall apply to all other Liabilities. City of Santa Clarita I RSS1381003.17 15 Kimley o Horn ATTACHMENT A CITY OF SANTA CLARITA DISCLOSURE STATEMENT The following information must be disclosed: 1. List the names of all persons having a financial interest in the Request for Qualifications. 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. 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, 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. 44A 4 Si tore of Offeror Jean B. Fares, P.E.,Sr. Vice President Print or Type Name of Offeror November 9 2017 Date ATTACHMENT B EQUAL OPPORTUNYMAFFIRMATWE ACTION STATEMENT The offeror hereafter described will not discriminate against any employee or applicant for employment because of race/color, national origin, sex, sexual preference, religion, age, or handicapped status in employment or the provisions of services. Si azure of Offeror Jean B. Fares, P.E., Sr. Vice President Print or Type Name of Offeror November 9, 2017 Date ATTACHMENT C PROCUREMENT PROCEDURES OF FEDERAL HIGHWAY ADM MSTRATiON A FUNDED PROJECTS The Local Assistance Procedures Manual (LAPM) dated February 1, 1998 and all relative subsequent Local Programs Procedures (LPP) are determined by the City of Santa Clarita to be applicable to this proposed project. The City desires to meet all requirements of the FHWA so as to appropriately secure and protect Federal funds used in this project. It is the Consultant's responsibility to understand all applicable Federal requirements and to assist the City in meeting its responsibilities as grantee under law. Access to the LAPM and LPPs is possible through the Caltrans website: www.dot.ca.gov/hg/Loca]Pro-grams Acknowledged: Griv� 4 Si c'vure of Offeror Jean B. Fares, P.E., Sr. Vice President Print or Type Name of Offeror November 9, 2017 Date ATTACHMENT D DESIGNATION OF SUBCONTRACTORS Citywide Guardrail Upgrade Project Bid No. ENG- 16-17-MO121 Project No. MO 121 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: DBE status, age of firm and annual gross receipts are required if subcontractor is participating as a DBE. Subcontractor DIR Registration No. Dollar Value of Work Encompass Consultant Group, Inc. 1000037899 (see cost proposal envelope) Age of firm: Bid Schedule Item No's: Annual Gross Receipts: 1.5 years DBE: Yes GD $2,000,000 Certifying Age : Location and Place of Business 333 N. Lantana Street, Suite 287, Camarillo, CA 93010 Bid Schedule Item No's: Description of Work Land Surveying License No. Exp. Date: 9 / 30 /18 Phone( ) 66720 (805) 322-4443 Subcontractor DIR Registration No. Dollar Value of Work Age of firm: DBE: Yes No Certif yingAgency: Annual Gross Receipts: 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 Age of firm: DBE: Yes No Certif yingAgency: Annual Gross Receipts: Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) NOTE: A contractor or subcontractor shall not be qualified to bid on, be listed in a hid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. (Use Additional Sheets if Necessary) ATTACHMENT E DEBARMENT AND SUSPENSION CERTIFICATION TITLE 2, CODE OF FEDERAL REGULATIONS, PARTS 180 & 1200 The Consultant, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated therewith in the capacity of owner, partner, director, officer, manager: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency; (2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification; and (4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Exceptions will not necessarily result in denial of award, but will be considered in determining proposer responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action. Notes: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. Si ature of Offeror Jean B. Fares, P.E., Sr. Vice President Print or Type Name of Offeror November 9, 2017 DATE Local Assistance Procedures Manual ATTACHMENT F Exhibit 10-01 Consultant Proposal DBE Commitment 1. Local Agency: EXHIBIT 10-01 CONSULTANT PROPOSAL DBE COMMITMENT City of Santa Clarita 2. Contract DBE Goal: 0% 3. Project Description: Citywide Guardrail Upgrade Project - City Project M0121, Federal Project HSIPL-5450(094) 4. Project Location: Santa Clarita, California 5. Consultant's Name: Kimley-Horn and Associates, Inc. 6. Prime Certified DBE: O 7. Description of Work, Service, or Materials Supplied 8. DBE Certification Number 9. DBE Contact Information ° 10. DBE /o N/A - Subconsultant is non -DBE N/A N/A N/A Local Agency to Complete this Section 17. Local Agency Contract Number: 11. TOTAL CLAIMED DBE PARTICIPATION 0 18. Federal -Aid Project Number: 19. Proposed Contract Execution Date: IMPORTANT: Identify all DBE fines being claimed for credit, regardless of tier. Written confirmation of each listed DBE is Local Agency certifies that all DBE certifications are valid and information on this form is complete and accurate. required. 1, 44A4- 11/9/17 20. Local Agency Representative's Signature 21. Date 12. reparer's Signature 13. Date Jean B. Fares, P.E. _ -747.900.8400 22. Local Agency Representative's Name 23. Phone 14. Preparer's Name 15. Phone Sr. Vice President 24. Local Agency Representative's Title 16. Preparer's Title DISTRIBUTION: Original — Included with consultant's proposal to local agency. ADA Notice: For individuals with sensory disabilities, this document is available in alternate formats. For information call (916) 654-6410 or TDD (916) 654- 3880 or write Records and Forms Management, 1120 N Street, MS -89, Sacramento, CA 95814. Page 1 of 2 July 23, 2015 Local Assistance Procedures Manual ATTACHMENT G Exhibit 10-02 Consultant Contract DBE Commitment EXHIBIT 10-02 CONSULTANT CONTRACT DBE COMMITMENT 1. Local Agency: City of Santa Clarita 2. Contract DBE Goal: 0% 3. Project Description: Citywide Guardrail Upgrade_ Project - City Project M0121, Federal Project HSIPL-545-(094) 4. Project Location: Santa Clarita California 5. Consultant's Name: Kimley-Horn and Associates, InC. 6. Prime Certified DBE: ❑ 7. Total Contract Award Amount: TBD 8. Total Dollar Amount for ALL Subconsultants: (see cost proposal envelopep. Total Number of ALL Subconsultants: 1 10. Description of Work, Service, or Materials Supplied 11. DBE Certification Number 12. DBE Contact Information 13. DBE Dollar Amount N/A - Subconsultant is non -DBE N/A N/A N/A Local Agency to Complete this Section $ 0 20, Local Agency Contract Ni rmhar 21. Federal -Aid Project Number. 14. TOTAL CLAIMED DBE PARTICIPATION 22. Contract Execution 0 % nntp- IMPORTANT: Identify all DBE firms being claimed for credit, regardless of tier. Written confirmation of each listed DBE is Local Agency certifies that all DBE certifications are valid and information on this form is complete and accurate. required. J� n l 11/9/17 23, Local Agency Represtanlative's Signature 24. Date f3. ?rep r� sa rr Srgrratum 16. Date Jean B. Fares, P.E. 747.900.8400 25. Local Agency Representative's Name 26. Phone 17. Preparer's Name 18. Phone Sr. Vice President 27. Local Agency Representative's Title 19. Preparer's Title DISTRIBUTION: 1. Original — Local Agency 2. Copy — Caltrans District Local Assistance Engineer (DLAE). Failure to submit to DLAE within 30 days of contract execution may result in de -obligation of federal funds on contract. ADA Notice: For individuals with sensory disabilities, this document is available in alternate formats. For information call (916) 654-6410 or TDD (916) 654- 3880 or write Records and Forms Management, 1120 N Street, MS -89, Sacramento, CA 95814. Page 1 of 2 July 23, 2015 STATE OF CALIFORNIA • DEPARTMENT OF TRANSPORTATION NOTICE TO PROPOSERS DBE INFORMATION ATTACHMENT I EXHIBIT 10-i (NEW 01/2017) NOTICE TO PROPOSERS DBE INFORMATION The Agency has established a DBE goal for this Contract of 0_0 % Local Assistance Procedures Manual Page 1 of 2 1. TERMS AS USED IN THIS DOCUMENT • The term Disadvantaged Business Enterprise' or "DBE" means a for-profit small business concern owned and controlled by a socially and economically disadvantaged person(s) as defined in Title Jig, Code of Federal Regulations (CFR), Part 26.5. • The tern "Agreement" also means "Contract' • Agency also means the local entity entering into this contract with the Contractor or Consultant. • The term "Small Business" or "SB' is as defined in 49 CFR 26.65. 2. AUTHORITY AND RESPONSIBILITY A. DBEs and other small businesses are strongly encouraged to participate in the performance of Contracts financed in whole or in part with federal funds (See 49 CFR 26, "Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs"). The Consultant must ensure that DBEs and other small businesses have the opportunity to participate in the performance of the work that is the subject of this solicitation and should take all necessary and reasonable steps for this assurance. The proposer must not discriminate on the basis sof race, color, national origin, or sex in the award and performance of subcontracts. B. Proposers are encouraged to use services offered by financial institutions owned and controlled by DBEs. 3. SUBMISSION OF DBE INFORMATION If there is a DBE goal on the contract, Exhibit 10.01 Consultant Proposat DBE Commitment must be included in the Request for Proposal. In order for a proposer to be considered responsible and responsive, the proposer must make good faith efforts to meet the goal established for the contract. If the goal is not met, the proposer must document adequate good faith efforts. All DBE participation will be counted towards the contract goal; therefore, all DBE participation shall be collected and reported. Exhibit 10-02 Consultant Contract DBE Information must be included with the Request for Proposal. Even if no DBE participation will be reported, the successful proposer must execute and return the form. 4. DBE PARTICIPATION GENERAL INFORMATION It is the proposers responsibility to be fully informed regarding the requirements of 49 CFR, Part 26, and the Departments DBE program developed pursuant to the regulations. Particular attention is direcled to the following: A. A DBE must be a small business firm defined pursuant to 13 CFR 121 and be certified through the California Unified Certification Program (CUCP). B. A certified DBE may participate as a prime consultant, suboonsuitant, joint venture partner, as a vendor of material or supplies, or as a trucking company. C. A DBE proposer not proposing as a joint venture with a non -DBE, will be required to document one or a combination of the following: 11- The proposer is a DBE and will meet the goal by performing work with its own fomes. 2. The proposer will meet the goal through work performed by DBE subconsultants, suppliers or trucking companies. 3. The proposer, prior to proposing, made adequate good faith efforts to meet the goal. D. A DBE joint venture partner must be responsible for specific contract items of worts or clearly defined portions thereof. Responsibility means actually performing, managing, and supervising the work with its own forces. The QBE joint venture partner must share in the capital contribution, control, management, risks and profits of the joint venture commensurate with its ownership interest. ADA Notice For individuals with sensory disabOlttfn, this document is avellable in altemats formate. For information, call (919) 44&1233, TTY 711, or write to Records and Forms Management, 1120 N Street, Ma -B9, Sacramento, CA 95914. STATE OF CALIFORNIA - DEPARTMENT OF TRANSPORTATION NOTICE TO PROPOSERS DBE INFORMATION EXHIBIT 10-I (NEW 0112017) Local Assistance Procedures Manuel Page 2 of 2 E. A DBE must perform a commercially useful function pursuant to 49 CFR 26.55, that is, a DBE firm must be responsible for the execution of a distinct element of the work and must carry out its responsibility by actually performing, managing and supervising the work. F. The proposer shall list only one subconsultant for each portion of work as defined in their proposal and all DBE subconsultants should be listed in the bid/cost proposal list of subeonsultants. G. A prime consultant who is a certified DBE is eligible to claim all of the work in the Contract toward the DBE participation except that portion of the work to be performed by non -DBE subconsultents. S. RESOURCES A. The CUCP database includes the certified DBEs from all certifying agencies participating in the CUCP. If you believe a firm is certified that cannot be located on the database, please contact the Caltrans Office of Certification toll free number 1-866-810-6348 for assistance. B. Access the CUCP database from the Department of Transportation, Office of Business and Economic Opportunity Web site at hip ; L8y WW.d Ot.ca . g oyfh of Zer11. 1. Click on the link titled Disadvanfagad Bvsrness Entemrrsa; 2. Click on Search for a DBE Finn link; 3. Click on Access to l`he DBE Query Forrn located on the first line in the center of the page. Searches can be performed by one or more criteria. Follow instructions on the screen. B. MATERIALS OR SUPPLIES PURCHASED FROM DOES COUNT TOWARDS THE DBE GOAL UNDER THE FOLLOWING CONDITIONS: A. If the materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies. A DBE manufacturer is a firm that operates or maintains a factory, or establishment that produces on the premises the materials, supplies, articles, or equipment required under the Contract and of the general character described by the specifications. B. If the materials or supplies purchased from a DBE regular dealer, count 60 percent of the coat of the materials or supplies. A DBE regular dealer la a firm that owns, operates or maintains a store, warehouse, or other establishment in which the materials, supplies, articles or equipment of the general character described by the specifications and required under the Contract are bought, kept in stock, and regularly sold or leased to the public in the usual course of business. To be a DBE regular dealer, the firm must be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. A person maybe a DBE regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone or asphalt without owning, operating or maintaining a place of business provided in this section. C. If the person both owns and operates distribution equipment for the products, any supplementing of regular dealers' own distribution equipment shall be, by a long -team lease agreement and not an ad hoc or Agreement -by -Agreement basis. Packagers, brokers, manufacturers' representatives, or other persons who arrange or expedite transactions are not DBE regular dealers within the meaning of this section. D. Materials or supplies purchased from a DBE, which is neither a manufacturer nor a regular dealer, will be limited to the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on the job site, provided the fees are reasonable and not excessive as compared with fees charged for similar services. ADA Notice For Indlvldusls wlth aanscry dlsebllhies, this document is available in alternate formats. For information, cell (016) 446-1239, TTY 711, or write to Records and Forme Menapemen% 1120 N Street, MS49, Sacramento, CA 96614. Local Assistance Procedures Manual ATTACHMENT J EXHBIT 10-Q Disclosure of Lobbying Activities EXHIBIT 10-Q DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: ❑ a. contract ❑ a. bid/offer/application ❑ a. initial b. grant b. initial award b. material change c. cooperative agreement c. post -award d. loan For Material Change Only: e. loan guarantee year_ quarter_ f. loan insurance date of last report 4. Name and Address of Reporting Entity 5. If Reporting Entity in No. 4 is Subawardee, Enter Name and Address of Prime: ❑ Prime ❑Subawardee Tier , if known Congressional District, if known 6. Federal Department/Agency: Congressional District, if known 7. Federal Program Name/Description: CFDA F ter, if applicable 8. Federal Action Number, if known. � mount, if known: 10. Name and Address of Lobby Entity 11. Individuals Performing Services (If individual, last name, first name, W) (including address if different from No. 10) j1 (last name, first name, MI) (attach Continuation Sheet(s) if necessary) 12. Amount of Payment (check all that apply) $ 11 actual ❑ planned 13. Form of Payment (check all that apply): ea. cash b. in-kind; specify: nature Value 14. Type of Payment (check all that apply) a. retainer b. one-time fee c. commission d. contingent fee e deferred f. other, specify 15. Brief Description of Services Performed or to be performed and Date(s) of Service, including officer(s), employee(s), or member(s) contacted, for Payment Indicated in Item 12: (attach Continuation Sheet(s) if necessary) 16. Continuation Sheet(s) attached: Yes ❑ No ❑ 17, Information requested through this form is authorized by Title 4/IA 4- 31 U.S.C. Section 1352. This disclosure of lobbying reliance Signature: was placed by the tier above when his transaction was made or (f entered into. This disclosure is required pursuant to 31 U.S.C. print Name: Jean B. Fares P.E. 1352. This information will be reported to Congress semiannually and will be available for public inspection. Any person who fails to file the required disclosure shall be subject Title: Sr. Vice President to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Telephone No.: 747.900.$400 Federal Use Only: Z�Eandard town LLL Rev, 07.28 -UG Distribution: Orig- Local Agency Project Files Date: 11/9/17- Authorized 1/9/17- Authorized for Local Reproduction Standard Form - LLL Page 1 LPP 13-01 May 8, 2013