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