Loading...
HomeMy WebLinkAbout2018-10-09 - AGENDA REPORTS - VISTA CYN RD BRIDGE, PROJ S3037 - AWARD MGMT SERVI (2)Agenda Item: 4 DATE: October 9, 2018 SUBJECT: VISTA CANYON ROAD BRIDGE, PROJECT 53037 - AWARD PROJECT MANAGEMENT SERVICES CONTRACT DEPARTMENT: Public Works PRESENTER: Damon Letz RECOMMENDED ACTION City Council: 1. Award a contract to MNS Engineers, Inc., for project management services for the Vista Canyon Road Bridge in the amount of $307,100, and authorize a contingency in the amount of $30,710, for a total contract amount not to exceed $337,810. 2. Amend the budget for Fiscal Year 2018-19 to appropriate Developer Fees (Fund 306) in the amount of $350,000 into expenditure account 53037306-5161.001 (Vista Canyon Road Bridge) and increase revenues in account 306-4572.001 by $350,000. 3. Authorize the City Manager or designee to execute all documents, subect to City Attorney approval. BACKGROUND The Vista Canyon Road Bridge will provide access from Soledad Canyon Road to the future transit -oriented development, Vista Canyon, which will include the Vista Canyon Metrolink Station (Station) and Bus Transfer Center. The Station and Bus Transfer Center will serve as the Santa Clarita Valley's major eastern transfer point for commuting passengers and will reduce automobile trips along adjacent freeways. The Vista Canyon Road Bridge supports the Enhancing Economic Vitality theme of the City of Santa Clarita's (City) five-year strategic plan, Santa Clarita 2020. Staff anticipates receiving grant funding along with developer fees to help fund the construction of the bridge. Staff has submitted this project to Metro and it is currently scheduled for approval at Metro's October 25, 2018, regular board meeting. Upon approval of this item, staff will move Page 1 forward with the completion of the funding agreement for the project. On August 13, 2018, a Request for Proposal (RFP) for project management services was advertised on the City's website. The RFP asked firms to identify proposed staffing and their relevant construction experience with similar projects and specify their qualifications for this project. On August 28, 2018, the City received two proposals. Both proposals were reviewed and evaluated by staff. Based on the evaluation criteria set forth in the RFP, the following is a summary of the firms' rankings: Rank Company Score Location L MNS Engineers, Inc. 94 Thousand Oaks, CA 2. Anil Verma 72 Los Angeles, CA The rating system heavily emphasized the firms' proposed staff experience and qualifications as it relates to the bridge project and their understanding of bridge construction. Based on the experience and the completeness of their proposal, staff recommends awarding the contract to MNS Engineers, Inc. (MNS). MNS demonstrated an in-depth understanding of the project needs and provided the most qualified project managers. The requested budget supports the recommended contract and provides contingency in the amount of $30,710 to cover costs for additional as -needed services as the project continues and issues arise. The remaining funds will be utilized for staff oversight and miscellaneous project administrative cost. 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. Staff opened MNS' 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 budget will be adjusted accordingly. ATTACHMENTS Location Map Proposal for MNS Engineers, Inc. (available in the City Clerk's Reading File) Page 2 1N3W3!DVNVIN 103roUd a2 vmv - 3Jaius a` OU NOANVO VISIA) deal uopeoo-j :;uewgoe; v > m 4 4,r, Ila N w = 3 E `" , N `m m a o 'iY, 6 y m rn w Z v o m m o '� nn fM1• N Z< o q > 2 a a m v T I Q n O'�w z. LJ Q� m O .O (6 Q a 0 oa� q o0 aP�y 0 y� 3 t N wU_ o. a lhfa C a ivyv�j oo Q uU N oa VI N N 0 O N m N �Q U U U U N 0 N o O .O (6 Q N .O O Y O O C Q (6 jp O N U1 0 t N N U 2 O i d in i s d Co) in d J q µ III /� III �� IIl�I1 //� �/� AUGUST 28, 2018 Alg�zm swa|mssna |wo August 28, 2018 City ufSanta Quht.City Clerk's Office Attention: Carla Ann Callahan, PE 23820Valencia Boulevard, First Floor, Suite 120 Santa Clarita, CA 91355 RE: Proposal to Provide a Project Manager for the Vista Canyon Bridge, City Project No. S3037 Dear Ms. Callahan: MNS Engineers, Inc. (MNS) appreciates the opportunity to submit this proposal to provide a Project Manager for the Vista Canyon Bridge project for the City dSanta C|orha(Chy).This project will provide access from Soledad Canyon Road to the Vista Canyon Community and the future Vista Canyon Metrolink and bus transfer station. The project will constructthe Vista Canyon Road Bridge over the Santa Clara River and the associated intersection improvements at the Soledad Canyon Road/ Vista Canyon Road intersection. These improvements include a new traffic signal and extensionof1he existing westbound left -turn pocket. The City seeks a full-time Project Manager who has substantial experience inbridge construction. Since 1962, MNS has provided quality infrastructure consulting services to the transportation and public works markets. We specialize in the core services of construction management, civil engineering, and land surveying. MNS' team of senior construction management professionals offers enhanced expertise and odepth dresources instaffing this project. Our proposed Project Manager, John Spalione, PE, has over 43 years of experience in the construction industry and specializes in transportation projects in the Santa Clarita area. For over 14 years, John has been providing the City with staff augmentation services. John is very familiar with the |000| area and with the City's processes, procedures, inspection requirements, and concerns and expectations for this project. Our team understands state and federal funding administration requirements and the importance ofhaving detailed and accurate contract administration inorder for the City to receive 100 percent reimbursement of the federal funding allocated to the project. To date, all oKour federal |y-fundedprojects have successfully passed their federal audits. The proposed work will be performed at a "not -to -exceed" price (see Section 3). This proposalioofirm offer for o 120-doy period. K0NS is an Equal Opportunity Employer and meets the requested insurance requirements. In summary, MNS is confident our uniquely experienced and qualified team will provide quality services meeting the City's expectations and goals. VVeunderstand 1heoboo|NoimpoMnnoed achieving the project schedule milestones. We have a proven track record for completing projects on schedule or ahead of schedule by anticipating common and unique project issues and solving them efficiently. VVelook forward 1ocontinuing our work with the City. Please feel free 10contact mewith any questions you may have about our submittal. Thank you for your consideration. Westlake Village, CA 91362 =1101111IM1104211 Firm Ownership Type n«mpmation Year Firm Established: 1962 mnNumber: 1000000no4 Corporate Off ice xo1m.Calle Cesar Chavez, Suite mm Santa Barbara, oxyo1oo 805.692.6921 Office Local Office 4nxoE.Thousand Oaks Boulevard, Suite 101 Westlake Village, o«y1»ox 805.648.4840 Office Authorized Signature James A.salvuv.President and CEO 805.692.6921 Office isa*xo@mnmmuineem.n,m Project Manager Contact John xponv,m.ps 661.810.0058 mobile iaponvnv@aonta-mo,m^.n,m Or The Mmxteam acknowledges receipt mthe questions posted vn the following dates: ^ August 17.xmx ^ Auw«mxtxmx Section PG Introduction pmjectunuom*numu/Appromh MwmAdvan*ge Section PG Statement wfQualifications A.Firm Qualifications B. Team Qualifications C. Project Experience/References D. Project Approach Section PG Tota |Cost AppondixA PGA -1 Forms Appendix PGB -1 Alg�zm swa|mssna |wo C|TYOFS4NTA CL4RITA P�OPOSp, VIPN�8E� V�STP,CP,NYON8��O8E QTY OJECTNO S3O37--8MO NO18-19-S3037/" NN�����t���~�m���������� ~ _ _ _ __- _- �. -– The Vista Canyon Bridge project will provide access from So|edod Canyon Rood inthe Canyon Country area 10the Vista Canyon Community—the location dthe future Vista Canyon Metrolink and bus transfer station. The new Vista Canyon Road Bridge will beconstructed over the Santa Clara River. Associated intersection improvements a1the So|edodCanyon Road and Vista Canyon Rood intersection will include o new traffic signal and extension of1heexio1ingweo1bound|eft-turn pocket. The City seeks the services dowell-qualified Project Manager who iofamiliar with the work required 10 complete this project' capable dproviding full-time project management, and experienced with bridge construction. Our proposed Project Manager, John Spa|ione,PE, will work with the Design Engineer and City staff 10 complete the design and prepare contract opeokoobono and the Design Engineer's Estimate for bidding � purposes. John will manage the project during the advertising and bid and award phase 10ensure the construction phase stays within schedule and budget. John's duties will include scheduling and hosting weekly meetings with the Design Engineers, project stakeholders, and utility companies. K0NSunderstands, pertheCby'oRequeo for Proposal (RFP)'noconstruction-phase tasks services will be provided a1this time. Our work under this contract wiU bring the Vista Canyon Bridge project 10the bid phase and ready for construction and does not include any services during construction. SECTION 1.INTRODUCTION The MNS Advantage Experienced Firm and Project Manager. MNS and our proposed Project Manager, John Spalione, PE, has a successful history of providing construction management services for the City and other agencies on projects of simila scope and size. John has over 43 years of experience in the construction industry. He has been providing the City with staff augmentation services for over 14 years. John is very familiar with the proposed project and the City's processes a inspection requirements for bridges. He provided constructi management services for the following City projects: I ° Magic Mountain Parkway Interchange atInterstate 5 ° Golden Valley Parkway Bridge ° Golden Valley Road Phase | and III ° Golden Valley Interchange atState Route 14 ° Sierra Highway Bridge over the Railroad ° McBean Parkway Bridge Widening ° Newhall Ranch Road/Aqueduct Bridge 8vamr000ing early so everyone is working together toward the success of the project. Our Project Manager understands the importance of working as an extension of the City and in concertwith all Depth of Resources. The MNS team has the qua ificatio depth of services/resources, and availability needed to � Team Commitment. The KA0Steam ioimmediately available io begin this project and committed for the duration of the project. system in accordance with the Caltrans LAPM to meet all federal funding and administration requirements. In the last decade, we have administered over $1 B in programmable money. To date, all of our federally funded projects successfully passed their federal audits. Caltrans Experience MNS serves on the Technical Transportation Advisory Committee (TTAC) and has successfully delivered numerous Caltrans oversight projects. Our firm has expert -level knowledge of Caltrans guidelines, Caltrans LAPM, Caltrans Construction CITY OF SANTA CLARITA s/ I�IIt/IC:)I I�IIt�.J.l i. I°l1Pd I/ iU 'V/ Sl / (1:P"r"lYU �wlllli,h "Y UJ JU S,0 3 11) IJU I I (" 18 9 s,O P, Manual, and Caltrans staff coordination. MNS has a firm understanding of Caltrans expectations from providing on-call construction management and inspection support services to Caltrans District and Structures Divisions; our team is trained in Caltrans procedures and has worked with Caltrans staff in the surrounding area. Financial Stability, Capacity, and Resources MNS is a financially stable firm with no outstanding debts or credit issues. We have provided infrastructure consulting services for more than 56 years. We have a depth of staff resources in construction management, civil engineering, and land surveying to support any project. C O O d U - U d C M O Q 0 O O C O O U O y O U iC C U O C y 6 O OO y d O O 2� U U 00 >` U t i 01 t3 O_ +O+ t T U C Q U O O Y O d O d �- d tT6 UO � Ol O 2 U d Q � J U O) t C L ' � ++ CIS d C CIS � O i OO O D W O m W NNEENEENEENEEMM G C|TYOFS4NTA CL4RITA P�OPOSp, V1PN�( OV�STP, CP,NYON8��O8E QTY OJECTNO S3O37--8MO NO18-19-S3ONP, Our Project Manager, John Spalione'PE, specializes in constructing bridge, roadway, and highway projects. Hehas expert level knowledge ofCaltrans, local agency, and federal requirements. John will work with the City onodaily basis, along with the developer and other City staff, 10successfully complete the project and protect the interest ofthe City. John will work with the team 10proactively identify issues before they become problems. Once an issue is identified, K0NSwiU present options 10the City. Our team's substantial experience managing similar projects for the City provides ovaluable understanding dcritical project elements and potential issues, which enables our team 10 effectively manage the Vista Canyon Bridge project inomanner meeting both the schedule and budget goals. � mme" S fril e S This section summarizes key staff experience and qualifications Full resumes are available upon request. Projects with this icon have detailed descriptions and WSIE references in Section 2. C. Project References. Role Project Manager License Professional Civil Engineer, c4No. nyeno Eumuu^n BS, Civil Engineering, Santa Clara University, Santa Clara, oA 4oProject Manager, Mr. Spalionewill be responsible for providing quality K0NS construction management services for the project. John has over 43 years of construction management and project completed numerous transportation projects in Southern rehabilitation 10vertical structures such aotransportation and rail centers. For over 1Oyears, hehas provided staff augmentation services for the City. John's experience with City projects, staff, processes, and procedures gives him ofirm understanding ofthe City's expectations. John's project experience includes: Golden Valley Interchange at State Route 14,City oK Ir slE Santa C|arita,CA. Assistant Resident Engineer/ Construction /nspau/Vr.This $7.5K0interchange construction project widened the two-lane State Route 14 overpass 10six lanes—two through lanes and one left -turn lane ineach direction. The widened on/o#-rompoincluded improved shoulders and signalized high -occupancy lanes (HOV)for access to State Route 14.The dual left turn pockets were extended for added storage 10accommodate recent development. This project expanded park and ride lots and installed onAustin vault 1otreat and distribute run -o#. Street improvements included raised landscaped medians and parkways. iffloWr Magic Mountain Parkway Interchange at Interstate 5, Ir slE City oKSanta C|arda,CA. Construction Managar.This $25K0major interchange projeo1--undeMnkenbythe City with Caltrans and Los Angeles County oversight—widened and signalized all four on/of-rompoonInterstate 5'widened the existing undemr000ing'and realigned existing streets and frontage roads odjooen110the freeway. Major utility relocation work involved sewer, storm drain, and water lines. The Old Rood' ofreeway frontage road, improvements added two additional lanes ineach direction for ototal of1hree|oneoineoohdirecdon along with olandscaped median. Access driveways 10the existing restaurants and facilities inthe project limits were constructed with retaining walls and drainage features. Coordination with property owners and jurisdictions were vital 10the project. 40 WO Golden Valley Parkway Bridge, City oKSanta C|ahta, Ir WCA. Resident fnginaar.The Cross Valley Connector (CVC)ioomajor east -west corridor that directly links State Routes 14and 12G'Interstate 5'and the Sierra Highway. The completion dthe $25K0Golden Valley Parkway Bridge (GVP8)provided odirect connection between Interstate 5ond State Route 14. These two projects were constructed simultaneously and required close coordination. Sierra Highway Bridge over the Railroad, City oKSanta Ir slE C|ahta,CA. Resident fnginaar.This $7K0project replaced two independent bridges with one bridge over the existing Metropolitan Transportation Authority (K0T4) Antelope Valley line and otributary creek 10the Santa Clara River. Construction included o raised median, additional traffic lanes on Sierra Highway, and oClass | bike trail. The phased project accommodated the removal and reconstruction ofthe entire C|TYOFS4NTA CL4RITA P�OPOSp, V1PNP,( OV�STP, CP,NYON8��O8E QTY OJECTNO S3O37--8flO NO18-19-S3037/" northbound bridge after construction do14-foo1closure 10 allow for traffic control during construction. Additional work involved decorative stamped median, asphalt concrete (4C) overlay and architectural barrier walls, drainage facilities, and retaining walls in the railroad right-of-way. McBean Parkway Bridge Widening, City oKSanta Clmhta,CA. Resident Engineer. This $13K0project modified onexisting bridge over the Santa Clara River 10widen the 4OO-foot-|ongbridge 10allow for eight lanes oftraffic with oroioed median island. Construction included o Class | bike trail onthe bridge and o connection under the bridge 10complete part ofthe City's bike trail system. The bridge had detailed architectural features on the barriers along with bridge lighting. The concrete bridge was supported byconcrete abutments and pier walls supported by driven piles and pre -cast girders. Retaining walls and concrete slope liner were part ofthe trail system. The permit process included coordination with the County ofLos Angeles Public Works and Fish and Wildlife Commission. Golden Valley Road Phase |, City oKSanta C|ahta,CA. Construction Managar.This $1QK0roadway project started the Cross Valley Connector (CVC)'which partnered with the local high school district 10provide osuper pad and all the grading for omajor thoroughfare and secondary access road with complete infrastructure 10the school. This project graded 12million cubic yards ofearthwork and constructed omajor storm drain line with inlet and outlet basins. The final rough -graded project provided o 11G-foo1+widerigkt-ohwayfor six future lanes and oClass |bike trail. Grading limits were tied 1othe beginning ofGolden Valley Road, Phase III, where the balance dthe grading completed the 21 -mile roadway. The adjacent developer constructed Phase || within the limits ofthe tract. Golden Valley Road Phase III, City oKSanta Clmhta,CA. Project tfnginaar.This $5K0roadway project, part ofthe City's Cross Valley Connector (CVC)'installed 2million cubic yards dgrading 10continue the construction of2'OOOfeet ofhighway where Phase | stopped. The finished rough -graded embankment fill provided o11G-too1rigkt-ohwayfor osix-lane highway with C|000 | bike trail. Construction involved slope drainage facilities and storm drain piping network, including inlet and outlet basins and onopen channel culvert 1odivert canyon flows away from adjacent properties. Utility work entailed constructing omain sewer line 10connect 10the high school constructed in Phase |. The project provided o24-foo1+wide paving section ineach direction for two lanes and onadditional 12feet ofasphalt concrete (4C)10contain run -df. bridge 10the full width dthe hgkt-of+woyover Bouquet Creek. Bridge construction included two 000t-in-p|ooe(C|P)abutments and three bents with two columns. The superstructure was comprised ofpre-cast concrete girders with oPortland cement concrete (PCC)deck and open diaphragm. The 35O-foot-|ong bridge included odecorative raised median and Class | bike trail. Newhall Ranch Road/Aqueduct Bridge Oxercrossing,City oK Santa C|arha,CA. Resident fnginaarVnspau&or.This project provided oconcrete box bridge built between two abutments 10 span the Los Angeles aqueduct for approximately 2OOfeet with a Class I bike trail. The abutments were supported by cast -in - drilled -hole (CIDH) piles. The superstructure was comprised of000st-in-p|ooeconcrete box with utility casings for all major utilities including gas, water, and electrical. Client City mSanta olamo o^mom Robert Newman, PE, puo Public Works Director 661.e59.e4891,newmon@oonta-mo,uo.n,m Dates e014x015 Location Santa Clarita, CA Staff/Services John apuio,mserved as Assistant Resident Engineer and Construction Inspector This $7.5M interchange construction project widened the two- lane State Route 14 overpass to six lanes—two through lanes and one left -turn lane ineach direction. The extended duo||eft turn pockets added storage 10accommodate recent developments. The existing State Route 14on/of-rompowere also widened 10provide signalized high -occupancy vehicle (HOV)lanes and improve the shoulders. The wider southbound off -ram pnow accommodates osouthbound right -turn lane. New traffic signals were installed a1the intersection ofGolden Valley Road and State Route 14 on -ram p.4 new 1O-too1sidewalk and C|000 | bike lane were constructed onboth sides dthe overpass with pedestrian signal heads and ramp metering a11heState Route 14on-rompo. This project also reconstructed opark and ride; constructed new bus pads; and installed onAustin vault 10treat and distribute run-df'raised landscaped medians, and parkways. Additional project elements included bridge demolition; polyester concrete C|TYOFS4NTA CL4RITA P�OPOSp, V1PNP,( OV�STP, CP,NYONE QTY OJECTNO S3O37--8MO NO18-19-S3ONP, deck replacement; Golden Valley Rood realignment; jointed plain concrete pavement (JPCP)ramp termini construction a1both o0-mmpo;ramp metering installation a1each on-mmp;extensive stage construction signage, temporary striping, and temporary signal installation; video traffic detection systems, street lighting, traffic control device, and communication systems upgrades; complete traffic signal replacement a1each romp intersection; 6 -inch high-pressure goo line relocation through the bridge; over 7'OOOcubic yards dearthwork; hot mix asphalt (HM4)paving and lean concrete base (LC8);significant environmental/permit requirements; and roadway medians, irrigation and landscape/ hord000peinstallation. The project required freeway closures and detours during bridge construction. The project was constructed within Caltrans and City right-of-wayand administered in accordance with Caltrans standard specifications, methods, and procedures. Client City of Santa Clarita Contact Robert Newman, PE, PLS Public Works Director 661.e59.e4891,newmon@oonta-mo,uo.n,m Dates eom+emo Location Santa Clarita, CA Staff/Services John apuio,mserved ooResident Engineer The Cross Valley Connector (CVC)ioomajor east -west corridor directly linking State Routes 14and 12G'Interstate 5'and the Sierra Highway. The completion dthe Golden Valley Parkway Bridge (GVP8)provided odirect connection between Interstate 5and State Route 14.These two projects were constructed simultaneously and required close coordination. The GVP8 and street improvements span the Metropolitan Transportation Authority (K0T4)Antelope Valley line, So|edodCanyon Road, and Santa Clara River. The new GVP8consists dtwo nine*pon'1'1OO4uot-|ongpost- tensioned box girder bridges. Mechanically stabilized earth (MSE) walls over 3Ofeet high confined the roadway improvements from the ovemmooing10the Santa Clara River. 4new access road with signalized intersections was constructed 10connect Golden Valley to So|edod Canyon Rood. 4key project factor was effective coordination with CeNorPoiNo Development's work on street improvements and storm drain system (Golden Valley Phase U)and the City's work onGolden Valley Phase |and Phase Ill. Construction elements included onQ4uo1000t-in-stoe|*heU(C|SS)pile foundation, reinforced concrete retaining walls anchored to into the embankment with high-strength bom' bank improvements, on approach roadway, significant earthwork, grading, structural concrete, bor reinforcement, poot-1noioning'utilities, S1ormwaterPollution Prevention Plan (SVVPPP)'and environmental considerations. TheGVP8 projec1wooadministered according 1oCaltrans specifications, methods, and procedures. Client City of Santa Clarita Contact Robert Newman, PE, PLS Public Works Director 661.e59.e4891,newmon@oonta-mo,uo.n,m Dates eouxxooy Location Santa Clarita, CA Staff/Services John apuio,mserved ooConstruction Manager This $25K0major interchange pnojeo1—undertokenbythe City with Caltrans and Los Angeles County oversight—widened and signalized all four on/o#-rompoonInterstate 5, widened the existing undemr000ing'and realigned existing streets and frontage roads adjacent 10the freeway. Major utility relocation work involved sewer, storm drain, and water lines. The Old Rood' ofreeway frontage road, improvements added two additional lanes ineach direction for ototal of1hree|oneoineoohdirecdon along with olandscaped median. Improvements a1thesignalized intersection a1theOld Road and Magic Mountain Parkway included multiple turn pockets and decorative cross walks. Access driveways 1othe existing restaurants and facilities inthe project limits were constructed with retaining walls and drainage features. The project required extensive coordination with property owners and several jurisdictions. Additional construction elements included significant earthwork, asphalt concrete (4C)and concrete paving, retaining walls, utility relocations and new installations, drainage systems, overhead signs, and multi -agency coordination. Construction took place in multiple stages in order 10better accommodate traffic flow 1hroughou11heduration of construction. The project was constructed inaccordance with Caltrans and the County Las Angeles methods and procedures. C|TYOFS4NTA CL4RITA P�OPOSp, V1PN�( OV�STP, CP,NYON8��O8E QTY OJECTNO S3O37--8MO NO18-19-S3ONP, Client City of Santa Clarita Contact Robert Newman, PE, PLS Public Works Director 661.e59.e4891,newmon@oonta-mo,uo.n,m Dates eouoxoox Location Santa Clarita, CA Staff/Services John apuio,mserved ooResident Engineer This $7K0project replaced two independent bridges with one bridge over the existing Metropolitan Transportation Authority (K0T4)Antelope Valley line and otributary creek 10the Santa Clara River. Construction included oraised median, additional traffic lanes onSierra Highway, and oClass | bike trail. The phased project accommodated the removal and reconstruction dthe entire northbound bridge after construction of 14-foo1closure 10allow for traffic control during construction. The 3OO4uot-|ongbridge consisted d two abutments and three bents supported onoost-in-dri||ed- ho|e(C|DH)piles. The superstructure was oost-in-p|ooe'post- tensioned girdemonddeokwi1honopendiophmgmonddroinoge system. Additional work involved decorative stamped median, asphalt concrete (4C)overlay and architectural barrier walls, drainage facilities, and retaining walls inthe railroad rigkt-of-woy NN���r�����~�m/���r��a c� m � =��� � ��== �m ������ mm The Vista Canyon Bridge project will provide access from So|edod Canyon Rood in the Canyon Country area 10the Vista Canyon Community—the location dthe future Vista Canyon Metrolink and bus transfer station. The new Vista Canyon Road Bridge will beconstructed over the Santa Clara River. Associated intersection improvements a1the So|edodCanyon Road and Vista Canyon Rood intersection will include o new traffic signal and extension of the existing westbound left -turn pocket. The City seeks the services dowell-qualified Project Manager who iofamiliar with the work required 10complete this project, capable dproviding full-time project management, and experienced with bridge construction. Our proposed Project Manager, John Spa|ione, PE, will work with the Design Engineer and City staff 10complete the design and prepare contract specifications and the Design Engineer's Estimate for bidding purposes. John will manage the project during the advertising and bid and award phase 10ensure the construction phase stays within schedule and budget. John's duties will include scheduling and hosting weekly meetings with the Design Engineers, project stakeholders, and utility companies. K0NSunderstands, pertheCby'oRequeo for Proposal (RFP), no construction -phase tasks oemioeowiUbeprovided a11hiotime. Ourworkunder1hi000ntroo wiUbring1heVistnConyon8ridge project10the bid phase and ready for construction and does not include any services during construction. The K0NSPhncipo|-in-Chmgewill work directly with the City's Project K0onoger10effectively communicate task order status, progress, and K0NSteam performance 10the City. 4oK0NShas repeatedly demonstrated onpreviouoondourren1oon1rocts'o few ofthe key elements inmanaging these contracts include responsiveness, organization, quality control, and correct attitude. lage� fril e ��� l't A r o a c �li Our straightforward approach 10construction management focuses onproject efficiency and fulfilling all agency budget, schedule, and documentation requirements. Our Project Management scope dwork per the City's RFP iolimited 1othe pre -construction phase. Conetructahi|hyRewimw Prior 1oproject bidding, our Project Manager, John Spalione'PE, will review the project plans and prepare specifications and bid documents for advertisement based onthe final oonstructnbi|i1y review and direction from the City. Final plans and documents will beaddressed based onthe oonstructnbi|hymportwbh our findings and recommendations. |fcomments cannot be addressed prior 10bidding, wewill discuss these issues a11he pre -construction meeting before mobilizing the contractor. Design Development Coordination John Spo|ione'PE, will work with the design consultant, utilities, and other project stakeholders 10ensure the final plans and specifications are finalized for bidding. Hewill also coordinate project permitting and ensure permit conditions and mitigation measures are included inthe final bid package. N a` u N O m L }1 d �L u m C C M O T m O T u M u r O w C N E N bD m C m r u N O L CL 1 I IIIIIIIII IIIIIIIII nimiim MINIMUM IIIIIIIII is III IImm0 IImIIoa 11110 is III nmmm MINIMUM IImmm MINIMUM is 110 11111111111111 MINIMUM 111 111111111 iiiiiiiiii � n0 ummm ��m��o0 is III IInIInm in III IImm0 MINIMUM is III IIIIIIIII MINIMUM iImmm MINIMUM is mei IIIIIInm MINIMUM in mei IIIIIInm IInIIIom is moi 111111111 11m11om � moi IIIIIIn0 ��n���o■ � OBB 1IIIIII19 II mei iimmm lmmmioe is mei iimm0 iimiian ills III MINING � mei IImIImm Nil 11m11mm Alg�zz swa|mssna |wo Appendix u���en��xu�.���r��s �� C|TYOFS4NTA CL4RITA P�OPOSp, VIPN�8E� STP, CP,NYON8��O8E QTY OJECTNO S3O37--8MO NO18-19-S3037/" Request for Proposal Invitation Designation ofSuhconeuhoNa.Supplier, and Vendor APPENDIX 4.FORMS A-1 Algiflf�zm E N G I N E E R S I N C CITY OF SANTA CLARITA �I1t11�(/s/ / I�IIt/IC:)I I�IIt/.J.I i. Ivl/`JI / ("l 1�1It�l�lVIS vJytil �wlllli,h "y UJ U S,0 3 III IJU 18 9 S,0N", CITY OF SANTA CLARITA REQUEST FOR PROPOSAL INVITATION PROPOSAL # ENG-18-19-S3037A PROPOSALS ARE DUE BEFORE: 11:00 AM, Tuesday, August 28, 2018 The City of Santa Clarita invites sealed proposals for: Project Manager For Vista Canyon Bridge City Project No. 53037 1. Return original of Proposal to: City of Santa Clarita Purchasing 23920 Valencia Blvd., Suite 120 Santa Clarita, CA 91355-2196 2. Prices shall be D.D.P. Destination or for the service rendered. 3. Proposer shall honor proposal prices for One Hundred Twenty (120) days or for the stated contract period, whichever is longer. 4. Proposals must include this Proposal form and be signed by the contractor's authorized representative. This signature acknowledges the proposer has read and understands the requirements contained on pages 1 to 15, attachments A to B, and exhibit A. 5. The last day for questions will be 10:00 AM, Tuesday, August 21, 2018. Questions should be submitted electronically to: http://www.planetbids.com/portal/portaLcfm?CompanylD=16840# 6. The contractor is responsible for the accuracy and completeness of any solicitation form not obtained directly from the City. PROPOSER TO READ I have, read, understood, and agree to the terms and conditions on all pages of this proposal. The undersigned agrees to furnish the commodity or service stipulated on this proposal as stated above. HO Off ice: 201 N. Calle Cesar Chavez, Suite 300 Address: Santa Barbara, CA 93103 Signature: Title of Person Signing Bid: President an d C 2 Algif11zz E N G I N E E R S I N C Request for Proposal — Project Management CITY OF SANTA CLARITA S/ / I�I�t/IC:)I I�I�t/.J.I i. I°llPJI / i,l 1�1It�l�l'V/ Sl / (1: P,r"lyU"J �w�llli,h NA. MNS does a of have ubcons ullt int our the tesla„ DESIGNATION OF SUB -CONTRACTORS, SUPPLIER AND VENDOR Listed below are the names and locations of the places of business of each sub -contractor, supplier, and vendor who will perform work or labor or render service in excess ofV2 of 1 percent, or $10,000 (whichever is greater) of the prime CONTRACTOR'S total bid. DBE status, age of firm and annual gross receipts are required if sub- contractor is participating as a DBE. See Attachment E for additional requirements. Photocopy additional sheets if needed. Sub -contractor: Age of Firm: Portion of Work & Dollar Value: Annual Gross Receipts: < $500,000; $500,000> <$lmillion; $1> <$2million; DBE certified? Yes/No: $2> <$5million; >$5million Agency Certifying:__ Location and Place of Business: (include business address) LICENSE NO. EXP. DATE: / / PHONE ( ) Sub -contractor: Age of Firm: Portion of Work & Dollar Value: Annual Gross Receipts: < $500,000; $500,000> <$lmillion; $1> <$2million; DBE certified? Yes/No: $2> <$5million; >$5million Agency Certifying:__ Location and Place of Business: (include business address) LICENSE NO. EXP. DATE: / / PHONE ( ) APPENDIX A. FORMS A- Algiflf�zz E N G I N E E R S I N C CITY OF SANTA CLARITA �11111�(�s/ I�IIt/IC:)I I�IIt�.J.l i. I°llPJI I/ i,l 1�1It�l�l'V/ Sl / (1:P,vJyHl �wlllli,h c wi o� tii a ct ll S IVINS reviewed the Request for Proposal and the City's current Terms and Conditions and Professional Services Agreement. We request our suggestions be considered by the City in an effort to reduce the amount of liability. Please contact us with any questions or concerns in regard to these changes. We are certain we can come to an acceptable agreement with the City in regard to the standard agreement. Only pages with comments are provided in this section. IVINS is an Equal Opportunity Employer and meets the requested insurance requirements. 15. TERMINATION. A. CITY may terminate this Agreement at any time with cause. B. CONSULTANT may terminate this Agreement at any time TAL's-mutuzl- emsentr Notice will be in writing at least thirty (30) days before the effective termination date. C. Upon receiving a termination notice, CONSULTANT will immediately cease performance under this Agreement unless otherwise provided in the termination notice. Except as otherwise provided in the termination notice, any additional work performed by CONSULTANT after receiving a termination notice will be performed at CONSULTANT'S own cost; CITY will not be obligated to compensate CONSULTANT for such work. D. Should termination occur, all finished or unfinished documents, data, studies, surveys, drawings, maps, reports and other materials prepared by CONSULTANT will at CITY's option become CITY's property, and CONSULTANT will 6ullll..................................................... receive gat,compensation for any work satisfactorily completed up to the effective date of notice of termination, not to exceed the total costs under Section 1(C). E. Should the Agreement be terminated pursuant to this Section, CITY may procure on its own terms services similar to those terminated. APPENDIX B. CONTRACT EXCEPTIONS Algiflf�zz E N G I N E E R S I N C CITY OF SANTA CLARITA S/ I�I�r/IC:)I I�I�r�.J.l i. I°llPJI I/ ("l 1�1It�l�l'V/ Sl / (1:P,r\lyH �w�llli,h "y HJ JH S,0 3 III IJU 18 9 s,O P, 4 FO the fdleSt extent perirroirtCed by Ilam, ii reasonable 18. INDEMNIFICATION CONSULTANT agrees to indemnify a d hold CITY harmless from and against any claim, action, damages, costs (including, - ice; attorney's fees), injuries, or liability, arising out of the performance of this agreement by CONSULTANT. Should CITY be named in any suit, or should any claim be brought against it by suit or otherwise, arising out of performance by CONSULTANT of services rendered pursuant to this Agreement, CONSULTANT will defend CITY (at CITY's request and with counsel satisfactory to CITY) and will indemnify CITY for any judgment rendered against it or any sums paid out in settlement or costs incurred in defense otherwise Notwithstanding any provisions of this Agreement to the contrary, design professionals shal 1 be required to defend and indemnify the City only to the extent allowed by Civil Code Section 2782.8, namely for claims caused by the negligence, recklessness or willful misconduct of the design professional. The term "design professional" includes licensed architects, licensed 1 ndscape architects, registered professional engineers, professional land surveyors and the Business entities which offer such services in accordance with the applicable provisions of the busi ess and Professions Code. , however, only to the extent caused by, and aro a percentage basics of 6au111 aS ulltiiirroa[elly a elerirrrned by a court Of competent �uriisdretiion. Business automobile liability $1,000,000 Workers compensation Statutory requirement ii ,8 orequiwau:rt. B. Commercial general liabilityinsurancewillmeet or exceed the requirements of ISO -CGL Form No. CG 00 01 11 85 . 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. 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 11 85 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 three (3) years after this Agreement expires or is terminated. Such insurance will have the same coverage and limits as+h -ptli this Agreement, and will cover CONSULTANT for all claims made by ITY arising out of any errors or omissions of CONSULTANT, or its officers, employees or agents during the time this Agreement was in effect. requiired by o .................. D. Automobile coverage will be written on ISO Business Auto Coverage Form CA 00 0106 92 including symbol 1 (Any Auto). (or equiivallent) APPENDIX B. CONTRACT EXCEPTIONS E-2