Loading...
HomeMy WebLinkAbout2021-01-12 - AGENDA REPORTS - TMF PROJ F1023 (2)O Agenda Item: 8 P CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL:1 DATE: January 12, 2021 SUBJECT: TRANSIT MAINTENANCE FACILITY UPGRADES AND EQUIPMENT REPLACEMENT - GATE ENTRANCE, PHASE V, PROJECT F1023 - AWARD DESIGN CONTRACT DEPARTMENT: Public Works PRESENTER: Damon Letz RECOMMENDED ACTION City Council: 1. Award the design contract to Psomas in the amount of $105,335 and authorize a contingency in the amount of $10,534, for a total contract amount not to exceed $115,869. 2. Authorize the City Manager or designee to execute all contracts and associated documents, subject to City Attorney approval. BACKGROUND The Transit Maintenance Facility Upgrades and Equipment Replacement Project, Project F1023, will provide for the repair and replacement of facility equipment at the Transit Maintenance Facility (TMF). Upgrades and replacements include the bus wash, bus wash bay lift, fall protection for in -ground pits, shop safety exhaust hoses, two in -ground lifts, building roll -up door motors, entrance gate replacement, HVAC controls, and parking lot repair and slurry seal. Most of the existing equipment has been in use for more than 13 years and in some cases are past their useful life. This project supports the Sustaining Public Infrastructure theme of the City of Santa Clarita's (City) five-year strategic plan, Santa Clarita 2020. The Transit Maintenance Facility Upgrades and Equipment Replacement project was divided into seven phases. Phase V is the redesign of the existing driveway entrance and gate along Alta Vista Avenue. Page 1 Packet Pg. 49 O The design will include the placement of a new entrance gate to provide the following: • Sufficient stacking distance for larger buses. • Automatic access for buses. • A center island at the driveway entrance with a call button. • Widening of the current driveway to provide a turnaround area outside of the gate. • Modifications to the existing irrigation and landscape in the widening of the driveway. The design will include complete detailed plans, specifications, and estimates for future construction. On September 3, 2020, a Request for Proposal (RFP) for design services was advertised on BidNet. Notification of the RFP was emailed to 262 vendors registered on the City's website. On October 7, 2020, the City received one proposal. Staff reviewed the proposal and based on their evaluation, scored the submitted proposal on a 100-point scale. Rank Company Location Score 1 Psomas Santa Clarita 95 The scoring system heavily emphasized the understanding of the following: scope and approach to the required work; the consultant's previous experience with similar projects and experience working with the City; qualifications of the project team and their resources; and organization of the proposal. Additionally, each firm was asked to provide detailed hours and the scope of work required to complete the construction documents. Staff recommends awarding the design contract to Psomas based on their design experience with previous City projects and the completeness of their proposal. The project had a minimum Disadvantaged Business Enterprise (DBE) goal of 6.8 percent. Psomas demonstrated an in-depth understanding of the project needs, provided a detailed scope of work and approach to the project, and met the project DBE goal requirement. The proposal has been reviewed for accuracy and conformance to the contract documents and was found to be complete. The requested contingency will cover any additional design modifications, coordination with utilities and other agencies, and any requested changes to the scope of the project. California Government Code 4526 prescribes that the selection of architectural and engineering services be based on demonstrated competence, professional qualifications necessary for the satisfactory performance of the services required, and does not authorize the selection of professional architect and engineering services based on cost. City staff believes they have negotiated a fair and reasonable price with Psomas. ALTERNATIVE ACTION Other action as determined by the City Council. Page 2 Packet Pg. 50 O FISCAL IMPACT Adequate funds were appropriated as part of the Fiscal Year 2020-21 budget in expenditure account F1023700-5161.001 (Transit Fund) to support the recommended contract and all anticipated project costs. The project is funded with grant funds from the Federal Transit Administration and Senate Bill 1 (SB1) State Transit Assistance. ATTACHMENTS Location Map Proposal for Psomas (available in the City Clerk's Reading File) Page 3 Packet Pg. 51 G2:2»§lip; 2#»Y<2#Y»?k§. m § 00 E� : �2n \ jf§g �S/k) ° \ a a- ) { £ _06 , _ e � w / LO $ IL \ IL Balr.11F9Y::Iirg the N"atL fal and Butt FI'1'V'GfotlYnITeni October 7, 2020 VIA EMAIL: DMARQUEZ@a SANTA-CLARITA.COM City of Santa Clarita 23920 Valencia Blvd., Suite 120 Santa Clarita, CA 91355 Attention Purchasing Danielle Marquez Subject: Proposal for Engineering Design Service (# TMF-20-21-F1023D) Transit Maintenance Facility Driveway Entrance Design Project Dear Ms. Marquez: Based on our proven recent track record of our ability to complete similar projects successfully Psomas is ideally suited to deliver the engineering design services required for this important project. We have over 74 years of providing professional services to Southern California, including many projects for the City of Santa Clarita, and we are pleased to submit our proposal to provide design services for the TMF driveway. Jeremy Johnson will serve as Project Manager. Jeremy has been with Psomas over 13 years working out of our Valencia office. He is also a lifetime resident of Santa Clarita very familiar with the context and subtleties of the community. Jeremy along with our other key staff have completed several projects for the City of Santa Clarita and have a great working relationship with your staff. The team we have assembled includes seasoned professionals comprised of Psomas staff and highly qualified subconsultants that have completed similar projects together. Further, our team fulfills the DBE requirements outlined in the RFP. We are confident you will find the Psomas team's experience and capabilities to be in concurrence with the city's needs, and we stand ready to commence work immediately. I will be the Principal in Charge working out of our Valencia office. I am an officer of Psomas fully authorized to bind the company contractually. Should you have any questions regarding this proposal, please contact me at (213) 223-1491 or at iChess@Psomas.com. Sincerely, �IR S 0 Ili Jeff T. Chess, PE, ENV SP Vice President/Principal in Charge 2722() luinh(my I ano sul[o 19() Valencia CA 21355 l"oI 213,212,fCCK)() www, I':"soi nas, coo "")l (11111111% 111" �j I, "'t�� 2� 1 1 o I ")ii t�, el � 11 Section "1: Introductory Letter Section 2: Consultant Information, Qualifications & Experience Section 3: Work Plan "�� �E'3 Section 4,: Schedule 22 Section 5: Subconsultants 23 Section 6: References 25 Appendix: Required Forms 2 (�"� P S 0 114 A S We are a group of professionals who enjoy working together — and it shows. Psomas recognizes that the success of a project depends heavily on staff capabilities, effective project management, and communication. We assure you that the appropriate talent and physical resources are committed to every project. Below you will find the organization chart and our resumes are located on the following pages. Organization halm IN CITY OF SANTA CLARITA PE, QSD, ENVSP PSOIAAS William Willey, PE Adef Naftali,PE, TE,EE,ENV SP PSOIAAS PSOIAAS John MaUK LCPE,CCP, LEEDAP Perry Cardoza, PLA, ASLA OCIAI NUVIS Jeff Chess, PE, QSD, ENV SP PSOIAAS Vincent riq PLS PSOIAAS Timothy i Jeni Isbell PLANNET DISCOVERY HYDROVAC 2001/CA/Profess ional Engineer/Civil/61632 1993/BS/Civil Engineering/ University of Southern California Envision Sustainability Professional/Institute for Sustainable Infrastructure Qualified SWPPP Developer/California Board of Professional Engineers, Land Surveyors, and Geologists 111 American Society of Civil Engineers, Los Angeles Section Construction Management Association of America, Southern California Chapter USC Architectural Guild Asian American Architects/ Engineers Association University of Southern California Jeff Chess, ICE, QSD, ENV SIB - Psomas VilUI Ir°�::mit : I� :,rl Ir°itl� :,it ce: II in C ha"gE' Jeff Chess has over 27 years of design and management experience covering civil, structural, environmental and architectural engineering. He has overseen, prepared, and managed site civil engineering design and studies including stormwater, wastewater, and site civil for numerous public and institutional projects and programs. Jeff has extensive experience in dealing with the environmental aspects of land development including hazardous waste mitigation, BMP implementation, and environmental report contribution. He also has ample experience in permitting and approvals with most Southern California cities and counties, as well as many state and local agencies. In addition, Jeff leads our Engineering Group's Quality Initiative. Responsibilities include chairing our Culture of Quality Committee, which is responsible for developing and implementing quality enhancement policies and procedures for Psomas' Engineering Group company -wide. ,, jNlyi; h�1111Y�1�1�h f° 1ti9��ll lull"°�����I11�,�n,1ti9�"ill Ginty of Santa Clarita, Central Park Build Out - Salta C°Ilalrka, CAS Principal in Charge for the Central Park project which includes eight acres of area development to include four additional multi -purpose fields, complete with lighting, restrooms, concessions and additional passive and active recreational opportunities. Ginty of Santa Clarita, Circulation Improvement roveorr ent orog r Darr - Salta C°Ilalrka, CAServing as Principal in Charge for the development of Plans, Specifications and Estimates (PS&E) to modify 4 raised medians at four intersection locations in the City. Raised median modifications were intended to improve traffic flow, reduce congestion and minimize queuing and delay by extending and/or adding left and right -turn lanes. Scope of services include developing conceptual improvement layouts which were later followed by 60, 90 and too/final milestone submittals. PS&E package features roadway plan, profile, signing - striping, temporary traffic control and landscape/hardscape plans and details. Canyon Country CommunityCenter, Regional Stonrnwater Infiltration stern - Santa C°Ilalrka, CAS Principal in Charge for designing this stormwater system to infiltrate 7.5 acre feet of runoff from storm drain pipes located in Sierra Highway before they outlet to Mint Canyon Channel. This regional project is the first of its kind for the City of Santa Clarita and begins to achieve the City's infiltration obligations under the MS4 Permit and EWMP program. With Psomas for 18 years; Psomas is also providing a hydraulic analysis and will prepare construction with other firms for 9 years documents. This projects requires close collaboration with the County of Los Angeles and the project development team. Ginty of Beverly Hills, Crescent Drive Right of wad Bollards and Street Closure - IBevr: idy I411s, CAS Project Manager provided pre -design, design, and construction support services for construction of a manually operated counterweighted bollard system in Crescent Drive to provide for temporary event street closure between North Santa Monica Boulevard (NSMB) and Little Santa Monica Boulevard. Psomas studied access, subsurface impacts, costs, and appropriateness of each system for the application. Psomas PS&E identifying the location of the bollard system, modifications to utility systems, and surface restoration. .jElff C hEI'SS, IRE, City of Beverly Hills, Rexford Drive Intersection for p rove rrr eats - & , IE INS &P Beveidy I411s, CAProject Manager responsible for the pre -design, design, and construction support services for reconfiguring the stop controlled intersection of �w r:I'll:ll I'I�,�:'� Rexford Drive and the Beverly Hills City Hall parking garage entrance. The project design included eliminating the existing turnaround entrance and creating a "T" configuration intersection, and demonstrated feasibility, constraints, and magnitude of construction cost of the improvement. Jet Propulsion Laboratory ( L), South Security Gate Upgrade - Pasadena, CAProject Manager provided civil engineering and survey services for the upgrades to the south gate security. Concerns included traffic, access inside JPL prior to security approval, pedestrian safety, truck access and drop-off traffic.The pre -design phase included design survey update, utility base mapping, subsurface utility location, program, concept development and preliminary cost estimate. Also provided the design phase along with the construction documents. Los Angeles Pierce College, Parking Lot 1 Renovations - WoodIand I411s, CAProject Manager provided construction documents and bid support for a six - acre surface parking lot. The parking lot is mixed -use to accommodate faculty and students with internal traffic control/separation elements. Work included paving, lighting, striping, signage, storm drain and water utilities. Los Angeles Mission College, East Campus Complex - Harding Stweet I mnlporove rmnents - Syllirn"nair, CAProject Manager provided design services to improve approximately 550 ft of Harding Street. Psomas' services include concept plan phase, design phase, construction documents phase, and bidding and construction support services. Additional services included traffic engineering and since the project is located within the City of Los Angeles right of way, constructions of improvements are completed under a City of Los Angeles Bureau of Engineering B-Permit. University of California Los Angeles, Meyer and Renee Luskin Conference and Guest Center - ILos AiY"IrgrnlIes, CAProject Manager performed civil engineering and design services for this new 255,000-GSF, eight -level building. The Conference Center includes meeting spaces, support facilities, 260 guest rooms, amenities, a loading dock, and a one -level subterranean parking lot with 130 parking spaces. Site improvements to the Westwood Plaza Terminus integrated improved circulation for public transit services, emergency access, service access to Ackerman Union, commuter drop-off, and pedestrian circulation. The project was designed to achieve a minimum of a LEED Silver rating. Psomas' scope of services included design for the roadways, grading, utilities and drainage systems of the building. The project included protecting several sections of major utility infrastructure as well as incorporating sustainable stormwater elements. NBCUniversal, Universal HollywoodDrive - UiY" veirsall Oty, CATeam Leader for comprehensive design and construction support services related to the widening and full reconstruction of the existing Universal Hollywood Drive from four lanes to seven lanes. Work included a combination of B-Permit improvements for streets, sewer and storm drain improvements, as well as site improvements that included grading, retaining walls, a pedestrian tunnel, DWP water line, and electrical duct, gas line, and telecommunication line relocations. Work was staged to maintain two lanes of traffic in each direction at all times. The project also required close coordination with an overlapping MTA project that was in design'; and construction at the same time as this project was to install an overhead pedestrian bridge and intersection improvements. 3 Jeremy it1 it1 I II Of Johnson, 11so1 11, PE, QS °"/QS ° , ENV S ° - Psomas I IIas ,rf Jeremy Johnson has 18 years of experience providing design and analysis of commercial, industrial, and residential development projects. He has prepared ✓D�� e, M r Storm Water Management Plans (SWMP) and Storm Water Pollution Prevention Plans (SWPPP), as well as tentative tract maps, drainage, grading, site utilities, road design, hydrology studies, engineering research/reports, and quantity/cost estimates. REGISTRATION �NIYY;°<;;,�II �lY'�r;!�"'IIIII'°° IIIII �tiY'�r;!�"'IIIII"'°IIIII 1h��nh �tiY'�r;!�" 2007/CA/Professions Engineer/Civil/71475 City of Santa Cll Irult , Central 1I Build Out — SOIIP"8'ta Olairka, CAProject for the Central Park project which includes eight acres of area EDUCATIONManager development to include four additional multi -purpose fields, complete with 2003/BS/Civil Engineering/ lighting, restrooms, concessions and additional passive and active recreational San Diego State University opportunities. He was responsible for civil engineering services of the existing CERTIFICATIONS field, existing dog park and walkways, surrounding asphalt parking areas, and Envision Sustainability hillsides areas for future park installations. Professional/Institute for Canyon Country Community Center, Regional Stonrnwater Infiltration Sustainable Infrastructure Qualified SWPPP Systern - Sainta Olairka, CAS Project Manager for designingthis stormwater Developer/Practitioner/ system to infiltrate 7.5 acre feet of runoff from storm drain pipes located in California Stormwater Sierra Highway before they outlet to Mint Canyon Channel. This regional Quality Association project is the first of its kind for the City of Santa Clarita and begins to achieve the City's infiltration obligations under the MS4 Permit and SWMP program. PROFESSIONAL AFFILIATIONS Psomas is also providing a hydraulic analysis and will prepare construction American Public works documents. This projects requires close collaboration with the County of Los Association, Southern Angeles and the project development team. California Chapter City Yard Irvices Building Drainage - IBulrbalNk, CAS Project Manager EXPERIENCEfor an alternate storm water infiltration system at the new City Yard Services With Psomas for 14 years; Building in compliance with the City of Burbank LID program. Psomas with other firms for 4 years provided a Low Impact Development Feasibility Analysis for the 9.5 acre City Yard site. The analysis included a conceptual hydrology that quantified on - site stormwater run-off and run-off coming from off -site drainage areas; and evaluated all the site's drainage areas and mitigation of the stormwater runoff via the installation of BMP infiltration systems per City requirements. Conejo Reareation and 1I District, Oakbrook Service Yard -'I'houlsaind Oaks, CAS Assistant Project Manager provided civil engineering for the two - acre service yard which is located off of Erbes Road. Psomas provided a site plan, fine grading and drainage plan, utility plan, and a stormwater treatment report. The efforts also included close coordination with the Calluegas Municipal Water District, Ventura County Fire Dept., and prefab manufacturer of the service building. Psomas assisted the District from predesign through bidding and construction. .jE�I'E�,rn .Io hnsson, Last Canyon Road Bridge Widening Overthe Sand Canyon shr- i � RE, sir/Q&, ENV Sainta CllOiHta, CAProject Manager for the roadway improvement design and hydrology/hydraulics of the structural design. The project reconstructed the �w C:�'�1:11 �'��,�: bridge and adjacent roadways and intersections to provide wider lane and shoulder conditions as well as a multi -use pedestrian and bicycle path that created a safer route for students at the adjacent school. County of Los Angeles Animal Care Center- IPaIir dale, CAProject Engineer provided civil engineering on -site and off -site, LEED support along with bid and construction support for the center. Psomas teamed with WLA Architects and KPRS for the County of Los Angeles' Animal Care Center in Palmdale. The design build project consists of a new one-story, 25,500 SF animal care center, including indoor space for public adoption, relinquishment, animal control, quarantine, veterinary and spay neuter clinics, associated site improvements, including LEED Silver certification. The Reserve,13 31 West 3efferson Boulevard - ILos AingdIes, CAProject Engineer for the 20-acre commercial redevelopment project that includes a 150,000 SF office building. This LEED project incorporated innovative green building design solutions including bioretention ponds in a park -like setting. The widening of a local street was designed and processed through a City of Los Angeles B-permit. Civil engineering services include on -site design of grading and utilities, street improvements, and sustainable design. Saugus Union School District, Santa ClaritaElementary Sc h ooll, New Parking Lot - Sainta CllOiHta, CAProject Manager for providing civil engineering services of the design and installation of a new parking and play area, as well as curb ramps to complete accessible paths of travel. 2000/CA/Professional Engineer/Civil/60835 1992/BS/Structural Engineering/University of California, San Diego With Psomas for 4 years; with other firms for 22 years William P. Willey P - Psomas William Willey has 26 years of site engineering experience in the land development sector of civil engineering. He has been involved in land development, school site and port projects that have encompassed a wide range of civil engineering studies and civil contract documents. He specializes in site engineering that includes horizontal and vertical alignment plans, roadway sections and profiles, drainage plans and profiles, grading plans, hydrology studies, hydraulic reports, sewer area studies, utility plans, and paving plans. As a project engineer, he has also been involved in the preparation of budgets and scopes and the supervision of teams of CAD drafters and civil designers. 00 �I� �Illlyi, h„�1111y�n��i lU�1ly�n��i lull"������111,�n,11y�n��i City of Santa Clarita, Central Park Build Out - SaiY to C°Ilairka, CAS Project Engineer for the Central Park project which includes eight acres of area development to include four additional multi -purpose fields, complete with lighting, restroom, concessions and additional passive and active recreational opportunities. Responsibilities include engineering design and analysis, and preparation of construction drawings for the site grading, storm drain plans, sanitary sewer plans, water plans, and horizontal control. Canyon Country CommunityCenter, Regional Stonrnwater Infiltration stern - Sa iY to C°Ila irka, CAS Project Engineer for designing the stormwater infiltration system to infiltrate 7.5 acre feet of runoff from storm drain pipes located in Sierra Highway before they outlet to Mint Canyon Channel. Prepared system hydrology analysis, hydraulic analysis, ad construction documents. Collaborated with the County of Los Angeles and the project development team throughout the design and construction activities. Studio Tour Building - IBu irbaiNk, CAS Performed engineering design and analysis of a 3.0 Acre site for the multi -level Studio Tour Building. Responsibilities included engineering design and analysis, and preparation of construction drawings for site grading and paving, and public works street improvement plans. Gossamer Grove Tentative Tore '731 - Shafteir, CAS Project Engineer for this 35-acre, 153-unit, single-family subdivision. Design and mapping efforts include site planning, design and analysis of grading, street improvements, storm drain and sanitary sewer capacities, separate domestic and irrigation (grey water) water designs, pedestrian friendly intersection design, perimeter walls, walking paseos, and preliminary utility layout. Gossamer Grove Tentative Tore '731 - Shafteir, CAS Project Engineer for the preparation of a tentative tract map for this 18-acre, 78-unit, single- family subdivision. Map work included the design and analysis of street improvements, storm drain and sanitary sewer capacities, intersection design, site plan and lot sizing, and preliminary utility layout. Subsequent to the tentative map approval, William performed and managed the engineering design and analysis, and prepared construction drawings for the site grading, street improvements, sanitary sewer improvements, and storm drain plans which included a drainage study, and water plan improvements. 6 I I II :-irn R I I IE�', Gossamer Grove Tentative Tore ' 1 - Shafteir, CAS Project Engineer for the preparation of a tentative tract map for a 3-acre, 207-unit, single-family subdivision. Map work included the design and analysis of street improvements, storm drain and sanitary sewer capacities, intersection design, site plan and lot sizing, and preliminary utility layout. New1haill Avenue Apartments, SaintSainta C11airlita, s Managed and performed engineering design and analysis of a 1.6 Acre, 30 unit, multi -family low-income apartment complex in the City of Santa Clarita, CA. Work performed included engineering design and preparation of street improvements, grading and drainage plans, LID compliant BMP measures, private contract sewer plan, and sewer area study and fair -share mitigation report. Grayson at Hive Kinoills, SaintSainta C11ainita, At Performed engineering design and analysis of a 14 Acre,119 unit detached condominium site in the City of Santa Clarita, CA. Work performed included engineering design and preparation of road improvements, private storm drain system, private contract sewer plans, and precise grading plans. Il iron Canyon Devellopirneint, SuinCall/KB Home, SaintSainta C11airlita, At Managed and performed engineering design and analysis of a 209 Acre, 496 single-family unit hillside subdivision in Los Angeles County, Santa Clarita, CA. Work performed included preparation and processing of 6 separate site Tract Maps, and, design, preparation and approval of road improvements, storm drain system, and sewer system. Managed a team of designers and draftsman and coordinated with client, survey and subcontractors. Performed all required field inspections for grading certifications. IP S 0 III A S 7 2016/CA/Electrical Engineer/21570 2005/CA/Traffic Enginee r/2296 2003/CA/Professional Engineer/Civil/64286 2004/MS/Civil Engineering (Transportation Engineering)/California State University, Long Beach 2001/MA/Organizational Management/Azusa Pacific University 1999/BS/Civil Engineering/ California State Polytechnic University, Pomona CERTIFICATIONS Envision Sustainability Professional/Institute for Sustainable Infrastructure PROFESSIONAL AFFILIATIONS American Public Works Association Institute of Transportation Engineers EXPERIENCE With Psomas for 7 years; with other firms for 13 years Arief Naftali, ICE, TE, EE, ENV SIB - Psomas k'Ctr°itcaII Inc inE:'E�Ir° Arief Naftali is a licensed electrical and traffic engineer in the State of California with over 20 years of hands-on professional experience in the design and management of various traffic, power, lighting engineering projects serving multiple public and private clients. Over his career, Arief has worked on numerous public works and park projects involving lighting, electrical and power design in Orange, Los Angeles Counties as well as the Inland Empire. City of Santa Cll lrult , Circulation Improvement Project - Salta Oalrka, CAServing as Project Manager for the development of Plans, Specifications and Estimates (PS&E) to modify 4 raised medians at four intersection locations in the City. Raised median modifications were intended to improve traffic flow, reduce congestion and minimize queuing and delay by extending and/or adding left and right -turn lanes. Scope of services include developing conceptual improvement layouts which were later followed by 60, 90 and too/final milestone submittals. PS&E package features roadway plan, profile, signing - striping, temporary traffic control and landscape/hardscape plans and details. Roadway Lighting tin ssoci to with Southern California 1I (SCE) Under Iro undin - Salta Oalrka, CAS Project Manager in developing construction document for the installation of new roadway lighting along Soledad Canyon Road from Prima Valley to Valley Center Drive, approximately 5,000 linear feet. This work is done in conjunction with an undergrounding project undertaken by SCE. Featuring close coordination with SCE for service feedpoint and their undergrounding plans, Arief led the team in performing photometric/illumination level analysis, and developing layout and final construction documents for review and approval by SCE and the City of Santa Clarita. Lincoln Park Lighting tin e h a bulllult talon and Improvements - Los Angdles, CAAs Project Engineer develops LED -upgrade improvement plans based on existing lighting infrastructure within the historic park, evaluates repairs and/ or rehabilitation strategies for nine existing ornamental, historic lights, and added new LED lights to meet IESNA-recommended lighting levels for walkways and paths within the park. Part of the scope of work includes ADA repair of existing entrance ramps and non -compliant pedestrian passageways where they apply. Rio III and San Gabriel Coastal) BasinsSpreading Grounds, Pico I - Los Angdles County, CAS Project Engineer, prepared and delivered plans, specifications and estimates for allowing enhanced and ADA-compliant access into the spreading grounds for passive recreational use. Scope of services included the design of hiking and biking trails in accordance with California MUTCD, security lighting/electrical improvements, enhanced rest areas, and interpretive signage on designated areas near picnic shelters. a aIIE:f NaTta Bellevue Recreation Center _ Los Aingrullrusg CAv Project Manager for the T1E , IE E , IE INS &P grading, drainage and lighting improvements of two baseball fields, pedestrian trails as well as restriping and resurfacing of the existing parking lot. Lighting improvements involved the addition of post -top area lights, as well as high - intensity sports lighting (Musco Lighting) for the two baseball fields. n Fernando Road/Balboa St reet Widening - Los Aingdles, Co Project Manager managed and designed Traffic Signal Modification Plans, Signing/ Striping (Geometric) plans, Street Lighting plans and Worksite Traffic Control plans for the widening of the northeast corner of San Fernando Road/Balboa Road intersection. Scope -of -service includes coordination with LABOE (Bureau of Engineering), LADOT (Department of Transportation), LA DWP (Department of Water of Power) and BSL (Bureau of Street Lighting) for design reviews, plan check resolutions and approvals. Town Center Site Lighting oncept - Sainta IFe Spiruinggig Co Project Engineer for Decorative lighting design for a Town Center campus at Santa Fe Springs City Hall and Clark Estate complex. Fontana Rail -to -Trail - IFointaina, Co Project Manager, prepared plans, specifications and estimates for the construction of a six -mile long Class I PCC bike trail fulfilling the City's "Rail -to -Trail" master plan, conceived in 2000. The new bike trail occupied portions of the existing Pacific Electric Inland Empire rail right of way which was abandoned and subsequently acquired by SANBAG. Design and construction featured safety lighting along the trail, benches and enhanced landscape areas at street crossings, interpretive signage, historical monuments, signal -enhanced pedestrian crossings as well as ADA access ramps and protective, removable bollards at terminus points. Total construction costs were estimated at more than $s Million. Roadway Lighting esui n for Gold Lime Light Rail - South th Pasadena to Pasadena, Co As a design subconsultant, Mr. Naftali prepared street lighting plans and details for Pasadena Gold Line Design -Build project Segment 7 in the cities of South Pasadena and Pasadena. Street Lighting plans and details consisted of illumination level calculations on adjacent streets next to the each grade crossing in accordance to IESNA standards prepared construction plans depicting locations, existing and proposed electroliers, luminaires, lamps, and spacing. Scope of services also included coordination with SCE representatives for power and service connections as well as temporary lighting. Palm Avenue Gonda Separation - Oty of ° ain IBeiriu airy uino, Co Project Manager for the design of roadway lighting along the newly grade -separated Palm Avenue, Palm Avenue South over Cajon Boulevard and the Union Pacific Railroad for SANBAG. Scope of services included illumination level calculations, electrolier selection, voltage drop calculation, and coordination of service points with representatives from the City of San Bernardino. 5 REGISTRATION 2017/CA/Professional Land Surveyor/9437 EDUCATION 1985/AS/Survey Technology/ Mercer County College, West Windsor, New Jersey PROFESSIONAL AFFILIATIONS California Land Surveyors Association, Los Angeles Chapter EXPERIENCE With Psomas for 3 years; with other firms for 27 years Vincent Lungari, PLS has 31 years of experience providing professional land surveying services on residential and commercial construction projects. Prior to joining Psomas, Vincent was the sole proprietor of a land surveying company in New Jersey. He was responsible for business development, management of the office and field survey crews, and oversight of calculations and client deliverables. In his current role as Senior Project Surveyor, Vincent is responsible for managing and overseeing all phases of construction assignments including supervision of field and office support staff. oov City of Santa CII Iriit , Ciilrc ull tiion Improvement Project - Sw)ta C°Ilairka, CASurvey Manager for the development of Plans, Specifications and Estimates (PS&E) to modify 4 raised medians at four intersection locations in the City. Raised median modifications were intended to improve traffic flow, reduce congestion and minimize queuing and delay by extending and/or adding left and right -turn lanes. Scope of services include developing conceptual improvement layouts which were later followed by 60, 90 and 100/final milestone submittals. PS&E package features roadway plan, profile, signing -striping, temporary traffic control and landscape/hardscape plans and details. City of Santa CII Iriit , Centlr i Park 130d Out - Sw)ta Cllairka, CA Survey Manager for the Central Park project which includes eight acres of area development to include four additional multi -purpose fields, complete with lighting, restrooms, concessions and additional passive and active recreational opportunities. He was responsible for establishing survey control, calculating the record boundary, collecting existing ground visible utilities, topographical design survey of the existing field, existing dog park and walkways, surrounding asphalt parking areas, and hillsides areas for future park installations. 2nd Street and Pacific Coast Highway Retaii Center - ILw)g IG eac° ), CA Senior Project Surveyor for this 10-acre site development. This retail complex area features a mix of upscale lifestyle tenants, restaurants, entertainment, local shops, and a gourmet grocery. The scope of services for preliminary engineering included engineering planning, entitlements, EIR engineering support, and ALTA survey mapping. The demolition of the existing Sea Marina Hotel was followed by final engineering design that included sewer, water, and storm drain improvements along with precise grading and erosion control plans. Psomas was also responsible for preparing SWPPP and SUSMP report documents associated with ensuring storm water quality is in compliance with current Regional Water Quality Board Permit requirements. Psomas also provided offsite improvements and coordination for Marina Drive revitalization, end Street, and Pacific Coast Highway street widening, sidewalk, storm drain, driveway, striping, and traffic signal improvements. 'l Vl"'Ir':,EI,I" t ILul"'IC ce:-ilrl "ALA Parking Structure and Campus Development- ILos AingdIes, P IL (ContI"'l u„A E,u) C o Senior Project Surveyor provided a survey map, boundary lines, delineation of plottable easements, horizontal location, topography, elevations, utilities, and square foot area within boundary lines. Psomas prepared parcel map exemption exhibit maps and legal descriptions as required for the lot line adjustment. City of Ojai, Pedestrian and Bicycle Safety Improvements - 0.jau, Co Project Manager responsible for organizing project research, ties notes, city provided information, and developing schedules to provide surveying of the centerline and right of way along Highway 150 and Hwy 33 in Ojai. Also responsible for developing a GPS control network extended from previous Caltrans work, and to execute topographical design surveys to supplement the existing data set provided for the project design team. Intersection Widening of Anaheim Boulevard/Ball Road - Ainah6ir7rug Co Senior Project Surveyor for the development of Traffic Control and Handling Plans for the widening of Anaheim Boulevard/Ball Road intersection which was designated as a primary arterial on Orange County's Master Plan of Arterial Highways (MPAH) and the City's Circulation Element. The Traffic Control Plans were developed in close coordination with City staff to accommodate three stages of construction for these busy arterial streets. This project involves temporarily relocating bus stops, maintaining access to abutting businesses, and controlling traffic through the intersection with minimal delay and congestion. Vincent was responsible for preparing easement documents. UPS Distribution Center - Vain Nuys, Co Senior Project Surveyor for upgrade improvements to the existing UPS Distribution Center located at 16000 Arminita Street. Psomas provided a design survey of the site's two parking lots. EDUCATION BS/Construction Management/Cal Poly San Luis Obispo Certified Cost Professional Lifetime Certified Professional Estimator Construction Control Professional LEED Accredited Professional With OCMI for 21 years; with other firms for 14 years John Mack, LCP , CCP, LEED AP - 0CM1 Estiirnatin I Ianac E1' John Mauk has more than 35 years of experience in the construction industry, working for developers, general contractors, and construction management firms. His experience includes on -site field supervision, contract administration, change order analysis, preparing budgets, cost estimating, and claims analysis and negotiation. He examines and reviews documents that protect our clients from potential costly delays and unnecessary change orders that are caused by errors, inconsistencies, or inadequate detailing in the construction documents. With regard to estimating, John has provided estimates at all levels of design, from conceptual through to construction document. He is experienced in estimating all disciplines, including the mechanical trades, although he has a personal expertise in civil, structural, and architectural. 41 po City of Carson, Transit Center, Carson, CA po City of Corona - Riverside Metrolink Station Garage, Corona, CA to City of Los Angeles - Atwater Bridge Multimodal Bridge, Los Angeles, CA to City of Los Angeles - North Spring Street Viaduct Widening and Rehabilitation Project, Los Angeles, CA po City of Santa Clarita - Old Town Newhall Library, Santa Clarita, CA to County of Los Angeles - 3965 South Vermont Ave. LA County Probation Department, Los Angeles, CA to County of Los Angeles - Fire Camp 14 Life Safety Improvements, Los Angeles, CA to County of Los Angeles - Hall of Records Plaza Refurbishment, Los Angeles, CA to County of Los Angeles - Rancho Los Amigos North Campus, Los Angeles, CA to County of Los Angeles - Rancho Los Amigos South Campus Infrastructure, Los Angeles, CA to County of Los Angeles - Stoneview Nature Center, Los Angeles, CA to Foothill Transit Irwindale Maintenance Facility, Irwindale, CA po HACLA - Rancho San Pedro Social Hall Expansion, Los Angeles, CA to Monterey -Salinas Transit Bus Maintenance Facility, Northern California, CA Po Orange County Transportation Authority - BRT Shelters, Orange County, CA Po Orange County Transportation Authority - Bus Maintenance Facility, Orange County, CA Po Santa Clarita Sports Complex - Gymnasium, Santa Clarita, CA to SCVTA - Santa Clara -Alum Rock — Bus Rapid Transit, Santa Clara, CA Po Sunline Transit: Bus Maintenance Facility Expansion, Los T CA/Professional Landscape Architect/3943 1986/BS/Landscape Architecture/California State Polytechnic University, Pomona ASLA, Southern California, Chapter, Trustee 2014-2017, President 2012-2013, AIA, Orange County Chapter Far East Society of Architects & Engineers, Japan Perry Cardoza, PLA, ASLA - NUVIS Perry's ability to creatively express his ideas to agencies, councils, and community groups helps in developing a collaborative approach to problem solving. He combines this ability with his ideology of landscape architecture to provide design solutions, unique to each project location. Perry, along with the NUVIS team, considers sustainable solutions for all projects. With a focus on collaborative design, Perry seeks opportunities for capturing and treating storm water, creating habitat, specifying colorful and durable water wise plants, and designing accessible and memorable solutions which incorporate best management practices. Carbon Canyon yonm tear Recyc1ing F cifiIt - CMiu) , Ck Landscape architecture design to repair and replace in kind areas disturbed by the improvements at the Headworks, Secondary Treatment and Odor Control facilities. Primarily design included the replacement of dead and dying trees at the facility. Foothul i Transit sit nrm in istnr tionm Buflding - West CovuiY)a, Ck Renovation and redesign of existing building and parking lot including colorful low water use plants, high -efficiency irrigation, and protection of existing trees. Scope of services included conducting and irrigation survey, design development plans, construction documents and professional services during bid and construction. Tustin Cult HMI e m on star tionm Garden -'NiP�diu ), C��v Conceptual plans EXPERIENCEfor new demonstration garden and memorial garden at City Hall. Garden With Nuvis for 34 years features California friendly landscape design with native, drought tolerant plant material, high efficiency irrigation, and hardscape design. Yorba Linda Packing House Co rn m e rciai Center - )(oirba 11) ia, Ck Preliminary concept plan and imagery for new shopping center. Anaheim hreim i rns Parking Lot - i� )a�')6irri, Ck Coordination and PS&E for planting and irrigation improvements. Includes MWELO calculations and documentation. '1 PROFESSIONAL AFFILIATIONS Member, ASIS International Member, Security Industry Association (SIA) Member, International Association of Professional Security Consultants (IAHPSC) "Timothy (T.J.) Hicks - Plannet Securfty T.J. Hicks has over 28 years of experience and progressive responsibilities managing large and complex security and low voltage system projects primarily focusing on all aspects of assessment, facility planning, design, implementation, and operations. He has provided security consulting services for seven of the 10 highest security -risk properties, ranked by the Department of Homeland Security, in the Greater Los Angeles area. T.J. provides consulting and engineering services that merge the physical/technical solution to client's business objectives. He pursues a balanced approach to the implementation of perimeter security, security and access control systems, digital video management systems, cable distribution network design, and integrated systems planning and implementation insuring system designs are consistent with the objectives and projected use. 41 EXPERIENCE Stan Entertainment - Sainta I r inIica, Corte Security Consultant for the 60,000 SF 4-story headquarters with an open floor plan and integration into With Plannet for 7 years; the building security system. P1anNet provided design, bid management and with other firms for 21 years implementation oversight for voice/data infrastructure, AV and security. Gary ulnise Foundation - WoodIand 411s, CASecurity Consultant responsible for the Foundation's new public space to showcase an exhibit of the Foundation. P1anNet designed and installed voice/data infrastructure, security, and AV systems. 1 Va rulell Avenue - WoodIa Ind IH H Is, CASecurity Consultant for the five -story wood framed apartment building over two-story concrete parking structure and includes 274 rental units, including 11 live/work units, with an additional story of parking below grade. Amenity spaces include a courtyard, swimming pool/courtyard, and fitness room. Ocean ,+ Cherry - S, Lrw ing IBe0ch, CASecurity Consultant for a beachfront hotel and condo project at Ocean Boulevard and 15th Place next to Bixby Park in Long Beach, CA. The four-story, 96,462 SF development includes 4o hotel rooms 56 residential units and three levels of below -grade parking. Amenity areas include: restaurant, bar/lounge, fitness room, pool, spa, outdoor event roof deck area, restaurant/bar at the beach level and Outdoor courtyard area for weddings, or other events. South Orange County Community College District (Saddleback College) Security Assessment ent - I ssIioin VIie.jo, CAProject Manager for the security consultant team responsible for the Access Control Expansion Program. Provided engineering services to survey, assess, and upgrade access control at 56 buildings on the Saddleback College campus. m San Antonio College Business & Technology Center - WaIinut, C o Project Manager for the development of the design and specifications for the access control, video management, blue light emergency intercoms and intrusion detection system at the new Business and Technology Center. Provided design, specifications and construction administration implementation of the security technologies. EDUCATION BS/Business/University of Phoenix Project Manager Professional (PMP) certified thru PMI Veriforce and ITS Evaluator for OQ's (Operator Qualifications) ................. Distribution Contractors Association Pipeline Contractors Association and Association of General Contractors of California With Discovery Hydrovac for 7 years; with other firms for 5 years Jeni Isbell, PMP - Discover Hydrovac Un&l'grou nd Utitllit y Locatitn Jeni Isbell has over 12 years of experience in the oil and Gas industry. 5 years in supplies and 7 years with Discovery Hydrovac. In technical areas related to the sub -surface utility industry, she has been the Area Manager in the Hydrovac industry and has extensive knowledge of industry standards and requirements. In her current role as Project Coordinator at Discovery Hydrovac, she is tasked with overseeing all sales, operations, and business for the Sub -Surface Utility Locating division of Discovery Hydrovac. The YTA°s Eastridge to Bart Regional Connector - Sain IFirainsIisco, CAo Sub -Surface Utility Locating Manager overseeing the entire excavation project. This project included quoting, permitting, traffic control, GPR, excavation of the potholes including restoration per city standards, compiling a report of the findings and invoicing. The YTA°s BSV Phase II Extension Project -Sain IFirainsIisco, CAo Sub -Surface Utility Locating Manager overseeing the entire excavation project. This project included quoting, permitting, traffic control, GPR, excavation of the potholes including restoration per city standards, compiling a report of the findings and invoicing. City of Santa Clara, Changeable blle ess a sign Project - Sainta Guaira, CAo Sub -Surface Utility Locating Manager overseeing the entire excavation project. This project included quoting, permitting, traffic control, GPR, excavation of the potholes including restoration per city standards, compiling a report of the findings and invoicing. North West Natural Cass Washougal Reinforcement " Main - 6ashIIiin9 ton County, Ao Sub -Surface Utility Locating Manager overseeing the entire excavation project. This project included Traffic Control, GPR, USA markings, a crew of 4 (including Hydrovac Truck and all equipment needed for project) estimating, compiling a report of the findings and billing of the project. We have included four projects on the following pages that depicts our experience and qualifications for this project. Vises CanyonMulti-Modal Center (Metrolink tabor) S'�ir7 t i (. II it it , C CLIENT �0 PailPros, inc. OWNER 0 City of Santa Clarita YEAR COMPLETED 0 2018 r 0 Jeff Chess, Principal in Charge 0 Jeremy Johnson, Project Manager �0 William Willey, Project Engineer Renc:`erfng of the station Renc:`ering of the station The City of Santa Clarita along with the Los Angeles County Metropolitan Transportation Authority and Vista Canyon Ranch, LLC, proposes the construction of a new passenger Metrolink Station as part of the Vista Canyon Multi -Modal Center,a $500 million transit -oriented development. The project is a result of the Vista Canyon Specific Plan to facilitate quality residential, mixed - use, and non-residential transit -oriented development within the City of Santa Clarita. The Vista Canyon Multi -Modal Center consists of three components; a seven -bay bus transfer station, a Soo -space surface parking lot, and a new passenger rail station, Metrolink Station. Psomas is part of the design team of the new Metrolink Station. The new station includes approximately one mile of new railroad track, a center platform, and a grade separated pedestrian access (undercrossing) to the platform. Psomas provided engineering services for the project including drainage design, grading of the rail and platform, utility coordination, and permitting assistance for the City of Santa Clarita. The design team is following MetroLink's CADD standards for the project and is using MicroStation and INROADS for plan production. In addition to Psomas' engineering services, Psomas provided survey services that included both aerial and topographic surveys, right of way determination and mapping, and plat and legal descriptions for easements. Psomas is preparing final construction documents the project including plans, technical specification and cost estimates. t. San Antonio College,"Transit Center Wa II iF7 u.A, C CLIENT �0 Foothill Transit OWNER �0 Mt. San Antonio College YEAR COMPLETED 0 2022 (Ongoing) STAFF INVOLVED �0 Arief Naftali, Project Manager �0 Vincent Lungari, Survey Manager 7ransh, CeNer Rendering Psomas is the prime consultant for the conceptual and final design of a new Foothill Transit (FT) transit center on the Mt. San Antonio College Campus. The transit center will include to bus bays designed with dedicated electrical equipment, including transformers and charger/controllers in anticipation of future electric bus charging stations. The transit center will serve as a terminal destination for Mt. SAC students using mass transit, a transfer point for multiple FT routes, will provide layover facilities for FT buses, as well as including services for passengers such as bike parking, ticketing center, bathrooms, etc. The transit center will be located on the north side of Temple Avenue just west of Bonita Drive and will require construction of a new traffic signal to handle bus traffic. Psomas performed the traffic engineering study that forecasted traffic volumes, assessed traffic operations with and without the signal, and evaluated the applicable traffic signal warrants. The transit center site development will include accessible pathways with decorative etched and colored concrete, and landscaping consisting of shrubs, accents, groundcover, various trees to provide additional shading to the waiting riders, and planters at the northern end of the plaza. Low Impact Development measures include vegetated bioswale. Existing protected trees will be incorporated into the landscape design. City Yard Services Building Drainage [3 i..j it lb a, irii I , C CLIENVOWNER 0 City of Burbank YEAR COMPLETED 0 2019 STAFF INVOLVED 0 Jeff Chess, Principal in Charge 0 Jeremy Johnson, Project Manager �0 William Willey, Project Engineer City Y(..w `s;'ervic(.,:s Building Drainage Psomas designed an alternate storm water infiltration system at the new City Yard Services Building in compliance with the City of Burbank LID program. The alternate infiltration system was developed in coordination with the City Yard to address maintenance and service life concerns in addition to the capacity requirements for the 35,000 square foot site. Construction documents prepared for public bid and submitted to the City include a Drainage Plan and a Hydrology and Low Impact Development report. Psomas provided a Low Impact Development Feasibility Analysis for the 9.5 acre City Yard site. The analysis included a conceptual hydrology that quantified on - site stormwater run-off and run-off coming from off -site drainage areas; and evaluated all the site's drainage areas and mitigation of the stormwater runoff via the installation of BMP infiltration systems per City requirements. The report provided a cost estimate for installation of BMP infiltration systems and supporting storm drainage systems. 'l City of Santa Clarita, Circulation Improvement Program S'�ir7 t i (. II it it , C 0 City of Santa Clarita YEAR COMPLETED 0 2020 r 0 Jeff Chess, Principal in Charge �0 Arief Naftali, Project Manager Cr`t.ys;'c:x .aCfarita Psomas provided four design surveys at four separate intersections identified by city staff to be re -designed to accommodate traffic circulation issues. Psomas was responsible for establishing survey control, calculating the record boundary and centerline, collecting existing ground visible utilities, and design topography of existing traffic median configurations. Raised median modifications were intended to improve traffic flow, reduce congestion and minimize queuing and delay by extending and/or adding left and right -turn lanes. Scope of services include developing conceptual improvement layouts which were later followed by 60, 90 and loo/final milestone submittals. PS&E package features roadway plan, profile, signing -striping, temporary traffic control and landscape/hardscape plans and details. City mta Cbrita r t' 1 ttzi - The City of Santa Clarita wishes to redesign the driveway entrance to their Transit Maintenance Facility(TMF) located at 28250 Constellation Rd. The existing driveway is off of Alta Vista Ave. The purpose of the driveway improvements are to improve the daily operations of the TMF and enhance the access and security of the facility. The TMF is the main operational hub for the City's public transportation facilities and includes administrative offices, bus parking, and a vehicle maintenance shop. The facility is heavily used and must accommodate a range of bus sizes up to a 60' CNG articulated bus. This project will provide a relocated entrance gate to enlarge the bus stacking distance, card readers for automatic access, a center island with call button, and possible video surveillance. As a result, the driveway will need to widen to accommodate the proposed improvements and also to provide turnaround for passenger vehicles outside of the gate. It is expected that the widened driveway will necessitate the relocation of an existing streetlight on the east side of the driveway. The specific design objectives of the TMF Driveway Entrance Design are to enhance the functionality of the facility to the satisfaction of the facility users, the CIP department, LMD, and other City stakeholders. In that regard it will be crucial to participate in collaborative meetings along with the various City departments to get input and address concerns. As the project components materialize, Psomas will coordinate with the City and project team to establish a conceptual site plan. Preliminary 35% plans will be produced and an early cost estimate established to check against the City's budget for the project. This provides an opportunity for the City and design team to review the scope of work and perform value engineering before proceeding with construction documents. The design phase will include regular meetings with City to ensure the project direction, schedule, and budget are staying on track. Specific landscape design opportunities include the new gate, median island, and planting. Civil design objectives are to provide ample stacking, turnaround area, vehicle safety, and security. Task 11 irellmonary Investigation The first activity to be undertaken for the design of the TMF Driveway Entrance Design project is a comprehensive investigation of the site and existing conditions. Additionally, we will have a kickoff meeting with the City to gather a full understanding of their needs and expectations. Specific activities and deliverables related to this task are listed below. Schedule and conduct a kick-off meeting with the Project Development Team (PDT) and establish monthly review meetings with the PDT. Assume meeting is 1 hour in lenght and held virtually. Po Conduct a site visit to confirm existing conditions and identify any undocumented conditions. Po Generate a list of issues and questions to be coordinated with the PDT �. Research and obtain relevant record docu including but not limited to existing TMF 7 builts, existing utility as-builts, and Alta Vista Ave. as-builts. �. Review all record documentation and identify design and coordination questions and potential conflicts to be reviewed with the City of Santa Clarita, PDT, and other agencies and consultants during the initial design process. Request City of Santa Clarita assistance with obtaining additional documents. �. Psomas shall execute a Design Survey of the existing driveway at a scale of 1" = 20' with 0.5- foot contours being developed. The Boundary lines established from Record information. Delineation of plottable EASEMENTS from a client supplied title report. Horizontal location, size and description of buildings, driveways, walks, curbs, walls, fences, signs, poles, trees over 6" in diameter, and other permanent surface visible features. Elevations on driveways, walks, curbs, gutters, and walls, including at back of walk, top of curb, flow line, and edge of gutter every 25' along abutting streets. Utilities from available substructure maps where possible, with visible signs of utilities located by the field crew. Field measured invert elevations on sanitary sewer and storm drain manholes. The finished floors and steps for those building entrances along the driveway will be located. A survey map at a scale of 1" = 20' over the site shown on attached Exhibit "S" delivered in PDF and AutoCAD Civil 3D format. e 1. to Attend kickoff meeting to Perform a site visit P,. Research and review available record documents Po Topographic Survey Task 2 Projec.1Management The project management task provides the mechanism for regular and ongoing communication and coordination with the City of Santa Clarita, design team, and the remainder of the PDT and stakeholders. Specific activities and deliverables related to this task are listed below. 2.7 - Develop Project Development Team (PDT) to Work with the City of Santa Clarita to identify and create a list of contacts for the various departments and consultants involved with the project. In consultation with the City of Santa Clarita, consolidate and compile this list as a Project Development Team (PDT) directory to Establish communications protocol with the City of Santa Clarita and PDT to Attend PDT meetings and invite appropriate subconsultants and shareholders as -needed. po Provide project management throughout the duration of the project including coordination with the City and the PDT. This includes meetings, virtual presentations, phone calls, and site visits. 2.5 - QualltyAssurance/Quality Control (QA/ QC) �. Provide quality assurance and quality control from notice to proceed to the end of construction. This includes independent review of all deliverables including subconsultants' work products. Psomas has a companywide QA/QC plan that will be followed on this project. �. Develop and publish Project Development Team (PDT) to Attend PDT Meetings (3 Meetings) to Maintain detailed baseline schedule Po Provide project management and QA/QC throughout the project duration a I esi ° The design stage of the project will include both the preliminary design phase (65%) and the construction document phase. Coordination with the PDT will be crucial during the design phase. Psomas will have regular meetings with the design team to ensure that the design is coordinated, and the schedule 11f� S 0 114 is maintained. Psomas will work closely during this phase with the City's project manager to ensure that the design is consistent with the City's needs and expectations. The preliminary design phase will establish and verify the design parameters and create a preliminary design layout that defines the project and serves as the basis for developing the construction documents for approval by all required agencies. During this stage, extensive collaboration is required with the City of Santa Clarita and the design team to establish location of the gate, center island, card reader and security equipment, and widened driveway limits. Specific activities and deliverables related to this task are listed below. Po Compile a comprehensive site base plan that integrates the site survey, existing utility as-builts, and surface indications of detected utilities, if needed. po Review the existing topography, existing as built drawings, and existing utilities to understand the site constraints and grading challenges. po Create a preliminary site plan showing the size and relationship of the driveway, center island, gate, security equipment, and landscaping. Concepts for these components will be created be created and presented to the PDT during the design process. to Prepare a preliminary grading and drainage plan based on the preliminary site plan showing paving, hardscaping, landscaping, and project components. �. Develop preliminary planting plans showing the planting patterns, textures, materials, and colors for the project. �. Prepare preliminary specs and a preliminary cost estimate for the proposed improvements. At each construction document design stage, 90%, and 100%, a complete set of plans, specifications, estimates and calculations will be submitted to the City of Santa Clarita for review. Plan check comments will be reviewed with the City's project manager and the design team for overall site design consistency. Construction costs will be divided into project work components including civil grading and paving, landscaping, irrigation, site security, offsite improvements, and gate/access. Technical specifications will be prepared in a format acceptable to the City of Santa Clarita for ease of integrating with the project bid documents being prepared by the City of Santa Clarita We understand that the City of Santa Clarita will make arrangements with the County and other agencies to cover the costs of plan check review and permit fees. Specific activities and deliverables related to construction documents are listed below. Prepare 9o% level plans, specs, and cost estimate. The plans will be based on the City approved 65% plans. to Prepare 100% plans, specs, and cost estimate. The plans will be a further refinement of the 90% plans, incorporating City comments and coordination with the PDT. Assist during the bid phase of the project by answering questions regarding the plans and specs or conflicts in the design. Prepare Addenda, if necessary, to clarify the design in case of omissions or conflicts in the design. This task will be provided on a time and Materials basis and a limited number of hours have been allotted at this time. 0, 65% Plans, Specs, and Estimate 0, 95% Plans, Specs, and Estimate to 100% Plans, Specs, and Estimate po Bid stage support po Deliverables will be provided electronically. No reimbursable budget has been alloted for printing. to The planting and irrigation plans will be a markup of existing as -built plans. No new planting and irrigation will be produced. P S 0 114 A S 23 § I I o 8 \ - 22/{ ; t;o t \/(% o _ =y:w \ �\}\ DESIGNATION OF SUBCONTRACTORS/SUBCONSULTANTS PROPOSAL # TMF-20-2141023D Transit Maintenance Facility Driveway Entrance Design The City of Santa Clarita has adopted a Disadvantaged Business Enterprise (DBE) Program to support federally funded procurements. The City strongly encourages the participation of small and Disadvantaged Business Enterprises in its federally funded projects and this site is intended to provide assistance to such businesses. 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 sub -contractor is participating as a DBE. If no Subcontractors will be used fill out the form with NA. Please add additional sheets if needed. Subcontractor DIR Registration No. Dollar Value of Work 0C M1, Inc. 1000050451 $24,310 Age of firm: DBE: Yes No Annual Gross Receipts: 6 years Certifying Ag $557345189 Location and Place of Business 8851 Research Drive, Irvine, CA 92618 Bid Schedule Item No's: Description of Work Task 3 Cost Estimating License No. Exp. Date: / / Phone ( ) 170002505 12/31/21 949.476.2094 Subcontractor DIR Registration No. Dollar Value of Work NUVIS 1000602422 $2/5095 Age of firm: DBE: Yes No Metro Transit Annual Gross Receipts: 49 years Certify ncy: Authority $257865554 Location and Place of Business 3151 Airway Avenue Suite J3, Costa Mesa, CA 92626 Bid Schedule Item No's: Description of Work Task 1, 2 and 3 Planting and irrigation improvements License No. Exp. Date: / / Phone( ) 3943 12/31/2021 714.754.7311 Subcontractor DIR Registration No. Dollar Value of Work PlanNet Consulting 1000043602 Age of firm: DBE: Yes QCo Annual Gross Receipts: 19 Certifying A $750005000 Location and Place of Business 180 North Riverside Drive, Suite 240, Anaheim, CA 92808 Bid Schedule Item No's: Description of Work Task 1 2 and 3 Security License No. Exp. Date: / / Phone ( ) IUS2020-02732 9/15/2021 310.556.0202 NOTE: A contractor or subcontractor shall not be qualified to propose on, be listed in a proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered contractor to submit a proposal that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. 25 DESIGNATION OF SUBCONTRACTORS/SUBCONSULTANTS PROPOSAL # TMF-20-2141023D Transit Maintenance Facility Driveway Entrance Design The City of Santa Clarita has adopted a Disadvantaged Business Enterprise (DBE) Program to support federally funded procurements. The City strongly encourages the participation of small and Disadvantaged Business Enterprises in its federally funded projects and this site is intended to provide assistance to such businesses. 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 sub -contractor is participating as a DBE. If no Subcontractors will be used fill out the form with NA. Please add additional sheets if needed. Subcontractor Discovery f-]ydrovac, LLC; DIR Registration No. 1000035501 Dollar Value of Work $11,175 Age of firm: 7 years DBE: Yes Qo Certifying Ag 0 Annual Gross Receipts: $15,800,000 Location and Place of Business 793 West 11560 South Draper, Uta&1 84020 Bid Schedule Item No's: Task 1 Description of Work Utility Locating License No. 983865 Exp. Date: / / 5/31/21 Phone ( ) 818.883.2637 Subcontractor DIR Registration No. Dollar Value of Work Age of firm: DBE: Yes No Certifying Agency: 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 Certifying Agency: 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 propose on, be listed in a proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered contractor to submit a proposal that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. 2 MMMMM, LosAng0c�s Counly Oat GllwumAt4la.ng �ua.r,aasr,'ttb KotneNoitan Tramp or,Wov Aruthwityr t6: AAmigellaw S, CA ryaaa: I Metro CALIFORNIA UNIFIED +C'ERTIF'ICATIIiN PROGRAM. July 28, 2017 CUCP# 63 Metro File Mr. Perry Cardoza Nuvis DBA Nuvis 3151 AIRWAY AVENUE, SUITE J-3 COSTA MESA, CA 92626 Subiect: Disadvanta>ed Business Enterprise Certification Dear Mr. Perry Cardoza: We are pleased to advise you that after careful review of your application and supporting documentation, the Los Angeles County Metropolitai Transportation Authority (Metro) has determined that your firm meets the eligibility standards to be certified as a Disadvantaged Business Enterprise (DBE) as required under the U.S. Department of Transportation (U.S. DOT) Regulation 49 CER Part 26, as amended. This certification will be recognized by all of the U.S. DOT recipients in California. Your firm will be listed in the California Unified Certification Program (CUCP) database of certified DBEs under the following specific area(s) of expertise that you have identified on the NAICS codes fonn the application package: NAICS 541320: LANDSCAPE ARCHITECTURAL SERVICES Your DBE certification applies only for the above code(s). You may review your firms information in the CUCP DBE database which can be accessed at the CUCP website at www.califoruiaucp.om. Any additions and revisions roust be submitted to Metro for review and approval. In order to ensure your continuing DBE status, you are required to submit an annual update along with supporting documentation. If no chant are noted, then your DBE status remains current. If there are changes, Metro will review to determine continued DBE eligibility. Please note, DBE status remains in effect unless Metro notifies you otherwise. Also, should any changes occur that could affect your certification status prior to receipt of the annual update, such as changes in your firrm's n, business/mailing address, ownership, management or control, or failure to meet the applicable business size standards or personal net worth standard, please notify Metro immediately. Failure to submit forms and/or change of information will be deemed a failure to cooperate under Section 26.109 of the Regulations. Metro reserves the right to withdraw this certification if at any time it is determined that it was knowingly obtained by false, misleading, or incorrect information. Your DBE certification is subject to review at any time. The firm thereby consents to the examination of its books, reco and documents by Metro. 2 RFFFRFN['FC PROPOSAL # TMF-20-21-F1023D Transit Maintenance Facility Driveway Entrance Design The following are the names, addresses, and telephone numbers of three public agencies for which proposer has performed work of a similar scope and size within the past 3 years. If the instructions on this form conflict with the references requested in the scope of work, the scope of work shall govern. Complete this form out accordingly. Fill out this form completely and upload it with your proposal. 1. City of Santa. C;larita, 23920 Valencia. Boulevard, Suite 300, Santa. C;larita, CA 9 355 Name and Address of Owner / Agency Terry M. price, 661.286.4137 Name and Telephone Number of Person Familiar with Project Parking lot, sports fields, park $532,565 iM2rovements Ongoing Contract Amount Type of Work Date Completed 2. City of Palmdale, 38250 Sierra. Highway, Palmdale, C;A 93550 Name and Address of Owner / Agency Lynn Glidden, PE, 66 .267.5315 Name and Telephone Number of Person Familiar with Project Roadway improvements, $403,858 sewer main design Ongoing Contract Amount Type of Work Date Completed 3. City of Galt, 495 Industrial Drive, Galt, CA 95632 Name and Address of Owner / Agency Trung Tri[in, 209.366.7277 Name and Telephone Number of Person Familiar with Project Park master plan and design including all $360,374 internal roads and and vehicle access. Ongoing Contract Amount Type of Work Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom Proposer intends to procure insurance bonds: N/A We provided all requested forms in this section. The list of forms in the appendix section includes: 1,. Addendum Acknowledgment Addendum 1 & 2 to Notice of Request for Proposals po City of Santa Clarita Disclosure Statement to Equal Opportunity/Affirmative Action Statement po Designation of Subcontractors form (Located in Section 5 of Response file) po Reference Form (Located in Section 6 of Response file) po Certification and Restrictions on Lobbying Form Po Government -Wide Debarment and Suspension to Letter of Intent and Affirmation Form to DBE Participation Commitment Form to Bidders List 2 DocuSign Envelope ID: D3481CDA-D185-4A03-80DF-B3FC5E3A76AD ADDENDUM NO.2 Transit Maintenance Facility Driveway Entrance Design Bid No. ENG-20-21410231) Project No. F1023 City of Santa Clarita, California DATE 9/28/2020 This Addendum forms a part of the Contract Documents for the above -identified project and modifies the original Specifications and Contract Documents, as noted below. Portions of the Contract, not specifically mentioned in the Addendum, remain in force. All trades affected shall be fully advised of these changes, deletions, and additions. CHANGES TO SPECIFICATIONS L SECTION D —FEDERAL WAGES RATES Delete and replace with the attached section. ATTACHMENTS Federal Wage Rates (26 pages) F1023 ZSigned by: Rc,tn la. W Robe ' ewinan Director of Public Works City of Santa Clarita 30 Addendum 2, Page 1 DocuSign Envelope ID: D3481CDA-D185-4A03-80DF-B3FC5E3A76AD This Addendum forms a part of the Contract Documents for the above -identified project and modifies the original Specifications and Contract Documents, as noted below. Portions of the Contract, not specifically mentioned in the Addendum, remain in force. All trades affected shall be fully advised of these changes, deletions, and additions. BIDDER'S CERTIFICATE I acknowledge receipt of this Addendum No. 2 and accept the aforementioned. October % 2020 Date Bidder's Signature THIS PAGE OF THE DOCUMENT TO BE SUBMITTED WITH PROPOSAL F 1023 Addendum 2, Page 2 IP S 0 114 ADDENDUM NO.3 Transit Maintenance Facility Driveway Entrance Design Bid No. ENG-20-21-F1023D Project No. F1023 City of Santa Clarita, California DATE 9/29/2020 This Addendum forms a part of the Contract Documents for the above -identified project and modifies the original Specifications and Contract Documents, as noted below. Portions of the Contract, not specifically mentioned in the Addendum, remain in force. All trades affected shall be fully advised of these changes, deletions, and additions. ADDENDA UPDATES Please disregard Addendum No. 1 in its entirety as this was mistakenly published to the incorrect solicitation. The following addenda are required to submit with this RFP's proposal response: • Addendum No. 2 • Addendum No. 3 BIDDER'S CERTIFICATE I acknowledge receipt of this Addendum No. 3 and accept the aforementioned. October 7 . 2020 Date Bidder's Signature THIS PAGE OF THE DOCUMENT TO BE SUBMITTED WITH PROPOSAL F1023 Addendum 3, CITY OF SANTA CLARITA REQUEST FOR PROPOSALS PROPOSAL # TMF-20-21-1`1023D Transit Maintenance Facility Driveway Entrance Design Proposal responses must be received electronically before 11:00 AM on October 7, 2020, by the Purchasing Agent of the City of Santa Clarita. Electronic bids may be viewed at: www,bidnetdirect,com//cityofsantaclarita The City of Santa Clarita Public Works Department must receive One (1) original, three (3) hard copies, and one (1) electronic copy of the proposal as well submitted via BidNet. The proposal must be submitted to the: City of Santa Clarita Attn: Purchasing 23920 Valencia Boulevard Suite 120 Santa Clarita, CA 91355 The hard copy submissions of the proposal must be delivered to the above location by no later than 11:00 AM on October 7, 2020. Proposals received after this time will not be considered. Purchasing Contact: Danielle Marquez dmarguez@santa-clarita.com (661) 255-4936 1. Solicitation documents for this proposal may be downloaded from the City's Purchasing BidNet website at www,bidnetdirect,com//cityofsantaclarita. Please refer to the solicitation documents for complete details and proposal requirements. 2. Proposer shall honor proposal prices for One Hundred Twenty (120) days or for the stated contract period, whichever is longer. 3. Proposals must include this Request for Proposal form signed by the contractor's authorized representative. This signature acknowledges the proposer has read and understands the requirements contained in the Request for Proposals documents. 4. The last day for questions will be September 21, 2020, 11:00 AM. Questions should be submitted electronically via BidNet: www,bidnetdirect,com//cityofsantaclarita 5. The vendor is responsible for the accuracy and completeness of any solicitation form not obtained directly from the City. 6. The specifications in this notice shall be considered a part of any contract made pursuant thereto. 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. Company: Ps0m,'s Name (Print):- Jeff Gliess Signature; Address: 27220 TUrnberry Ln #190, Valencia, CA 91355 Company Phone No.: 661.219.6000 Title of Person Signing Proposal• Vice President/Principal in Cliarge P S 0 114 A S CITY OF SANTA CLARITA DISCLOSURE STATEMENT PROPOSAL # TMF-20-21-F1023D Transit Maintenance Facility Driveway Entrance Design The following information must be disclosed: 1. List the names of all persons having a financial interest in the Request for Proposal. N/A 2. If any person identified pursuant to No. 1 above is a corporation or partnership, list the names of all individuals owning more than ten percent of the shares in the corporation or owning any partnership interest in the partnership. N/A 3. If any person identified pursuant to No. 1 above is a non-profit organization or a trust, list the names of any persons serving as a director of the non-profit organization or as a trustee or beneficiary or trustor of the trust. N/A 4. Has the offeror had more than $250.00 worth of business transacted with any member of the City of Santa Clarita staff, boards, commissions, committees, and Council within the past twelve months? If yes, please indicate the person(s) with whom you have conducted business. No NOTE: Attach additional pages as necessary. Signature of Offeror Print or Type Name of Offeror 10.07.2020 Date EQUAL OPPORTUNITY/AFFIRMATIVE ACTION STATEMENT PROPOSAL # TMF-20-21-F1023D Transit Maintenance Facility Driveway Entrance Design 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. Signature Jeff Chess, Vice :President[pr:abrdpal in. Charge Typed Name and Title 3 FEDERAL CERTIFICATIONS CERTIFICATION AND RESTRICTIONS ON LOBBYING PROPOSAL # TMF-20-21-FI023D Transit Maintenance Facility Driveway Entrance, Design 1, Jeff Chess, V�ce f�lreskleint hereby certify (Name and title of official) On behalf of P,siceyms that: (Name of Bidder/Company Name) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, and officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. If any funds other than federal appropriated funds have been paid or will be paid to any person influencing or attempting to influence an officer or employee of any agency, a Member of Congress, and officer or employee of Congress, or an employee of a Member of Congress in connection with the federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form — LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. The undersigned shall require that the language of this certification be included in the award documents for all' sub -awards at all tiers (including sub -contracts, sub -grants and contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The undersigned certifies or affirms the truthfulness and accuracy of the contents of the statements submitted on or with this certification and understands that the provisions of 31 U.S.C. Section 3801, et seq., are applicable thereto. Name ofBidder/CompanyName: Psomas Type or print name: )eff Ch Signature of authorized Signature of notary and SEAL: P S 0 114 A S 10 1 06 t2020 ANN AARIE Y6CNERON 33 Notary public , California Los Angeles County �Commission 2326586 ,y Gomm. Expires Apr 30'20 24 C.ALI€=Ot1RIA ALL-I'JUR€ OS CIVIL CODE § 1189 A notary public or other officer compfeting this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of _ ___ L On before me, _ DIte I € t A personally appeared _ ANN MARIE VIGNERO , NOTARY .-Here Insert Name and Title of the Officer Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. AMAAIE VIGNERON Signet e _ NN ,0, Norary Pubik • C.Hfarnta Signature of Notary P rnr Angolea 23265 g ry Public Commission 2126586 y Com ,. Expires Apr 30, 2024 Place Notary Seal Above —' OP710NAL. Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document, [description of Attached Document Title or Type of Document: Number of Pages: - — Document Date: Signer(s) Other Than Named Above: Capacity(lies) Claimed by Signer(s) Signer's Name: F] Corporate Officer -- Title(s): ❑ Partner — ❑ Limited ❑ General u Individual "Attorney in Fact Trustee El Guardian or Conservator C Other: Signer Is Representing: Signer's Name: Corporate Officer — Title(s): Partner — ❑' Limited 0 General L-7 Individual Attorney in Fact Trustee C Guardian or Conservator Other: _ Signer Is Representing: 02014 National Notary Association • www,NationalNotary.org - 1-800-US NOTARY (1-800-876-6827) Item #5907 Ilia S 0 III 3 FEDERAL CERTIFICATIONS GOVERNMENT -WIDE DEBARMENT AND SUSPENSION (NON PROCUREMENT) PROPOSAL # TMF-20-21-F1023D Transit Maintenance Facility Driveway Entrance Design Instructions for Certification: By signing and submitting this bid or proposal, the prospective lower tier participant is providing the signed certification set out below. (1) It will comply and facilitate compliance with U.S. DOT regulations, "Nonprocurement Suspension and Debarment," 2 CFR part 1200, which adopts and supplements the U.S. Office of Management and Budget (U.S. OMB) "Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement)," 2 CFR part 180, (2) To the best of its knowledge and belief, that its Principals and Subrecipients at the first tier: a. Are eligible to participate in covered transactions of any Federal department or agency and are not presently: 1. Debarred, 2. Suspended, 3. Proposed for debarment, 4. Declared ineligible, 5. Voluntarily excluded, or 6. Disqualified, b. Its management has not within a three-year period preceding its latest application or proposal been convicted of or had a civil judgment rendered against any of them for: 1. 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, 2. Violation of any Federal or State antitrust statute, or, 3. Commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making any false statement, or receiving stolen property, C. It is 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 listed in the preceding subsection 2.b of this Certification, d. It has not had one or more public transactions (Federal, State, or local) terminated for cause or default within a three-year period preceding this Certification, e. If, at a later time, it receives any information that contradicts the statements of subsections 2.a — 2.d above, it will promptly provide that information to FTA, f. It will treat each lower tier contract or lower tier subcontract under its Project as a covered lower tier contract for purposes of 2 CFR part 1200 and 2 CFR part 180 if it: 34, 39 1. Equals or exceeds $25,000„ 2. Is for audit services, or, 3. Requires the consent of a Federal official, and g. It will require that each covered lower tier contractor and subcontractor: 1. Comply and facilitate compliance with the Federal requirements of 2 CFR parts 180 and 1200, and 2. Assure that each lower tier participant in its Project is not presently declared by any Federal department or agency to be: a. Debarred from participation in its federally funded Project, b. Suspended from participation in its federally funded Project, c. Proposed for debarment from participation in its federally funded Project, d. Declared ineligible to participate in its federally fundedProject, e. Voluntarily excluded from participation in its federally funded Project, or f. Disqualified from participation in its federally funded Project, and 3. It will provide a written explanation as indicated on a page attached in FTA's TrAMS platform or the Signature Page if it or any of its principals, including any of its first tier Subrecipients or its Third -Party Participants at a lower tier, is unable to certify compliance with the preceding statements in this Certification Group. (3) It will provide a written explanation as indicated on a page attached in FTA's TrAMS platform or the Signature Page if it or any of its principals, including any of its first tier Subrecipients or its Third -Party Participants at a lower tier, is unable to certify compliance with the preceding statements in this Certification Group. Ceirt9iflf: atiiieirio Contractor: Psomas f" Date 10/07/2020 Signature of Authorized Official:? Name and Title of Contractor's Authorized Official: Jeff Crises, Vice Pre s.ident/:prin.cip l in. Charge 35 DBE PARTICIPATION COMMITMENT FORM THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID AS A CONDITION OF DBE RESPONSIVENESS NOTE: Refer to instructions on the reverse side of this form. Bidder to Complete this Section 1. IFB No.: TMF-2041023D 2. Project Name/Description: Transit Maintenance Facility Driveway Entrance Design 3. Prime Bidder Name: Psomas 4. Contract DBE Goal %: 6.8% 5- Bidder's Total Bid Price $105,335 Required DBE Commitment Information 6. DBE Firm 7. DBE 8. Description of Scope of 9. Bid Item (#) 10. Dollar Value 11. Dollar Value (Name and Address) Certification Services/Work ($) of ($) Number Participation of Eligible DBE Participation/ Commitment NUVIS #6324 Landscaping, irrigation, gate design $12,080 $12,080 Note: As a condition of responsiveness, the bidder is required to submit with the 12. Total Dollar Value ($) of Eligible DBE Bid a Letter of Intent and Affirmation signed and dated from each DBE listed in Column 6 acknowledging that the DBE is participating in the contract for the Participation $12,080 specified dollar value ($) and scope of work. The dollar amount in the Letter of Intent and Affirmation and the amount shown on this form MUST match identically. 13. Eligible DBE Participation Represented as a Percentage (%) of Bidder's Total Bid Price 11.5 Bidder Assurance: The bidder certifies that information on this form is complete and accurate, that it has verified the listed DBE(s) certification status and is only crediting eligible DBE participation towards meeting the contract DBE goal. Jeff Chess Vice President/Principal in Charge 14. Preparer's Name (Print) 15. Preparer's Signature 16. Preparer's Title 10.07.2020 —(EifiD219.6000 JChess@Psomas.com 17. Date 18. Telephone No. 19. Email Address I I 36 P S 0 114 A S 41 INSTRUCTIONS - DBE Participation Commitment Form Bidder is required to ensure all information is complete and accurate: 1. IFB No. - Enter the IFB Number. 2. Project Name/Description - Enter the name and/or description of the project. 3. Prime Bidder Name - Enter the bidder's firm name. 4. Contract DBE Goal % - Enter the contract DBE goal percentage. 5. Bidder's Total Bid Price — Enter the bidder's total bid price. 6. DBE Firm — Enter name and address of the proposed DBE firm. Identify all DBE firms being claimed for credit, regardless of tier. 7. DBE Certification Number - Enter the DBE's certification identification number. All DBEs must have a valid DBE certification at time of bid opening. 8. Description of Scope of Services/Work — Enter the scope of services/work for each DBE firm listed to participate on this contract. 9. Bid Item (#) - Enter bid item number. 10. Dollar Value ($) of Participation - Enter the total dollar value of participation for each listed DBE firm. 11. Dollar Value ($) of Eligible DBE Participation/Commitment - Enter the dollar value of participation eligible to count towards meeting the contract DBE goal. This value should exclude work performed by lower tier subcontractors and account for the DBE's capacity based on their certification type in conformance with the DBE crediting provisions set forth in Title 49 CFR Part 26.55. 12. Total Dollar Value ($) of Eligible DBE Participation - Enter the sum of all eligible participation listed in column 11. 13. Eligible DBE Participation Represented as a Percentage (%) of Bidder's Total Bid Price - Enter the corresponding percentage of the total eligible DBE participation that the bidder is counting towards the bidder's DBE goal commitment (Formula: Item (12) Total Value of Eligible DBE Participation / Item (5) Bidder's Total Bid Price = Bidder's DBE Goal Commitment Percent (%)). 14. Preparer's Name (Print) - Clearly enter the name of the authorized person preparing the form on behalf of the bidder. 15. Preparer's Signature - Authorized person's signature. 16. Preparer's Title - Enter the position/title of the authorized person signing the form on behalf of the bidder. 17. Date - Enter the date the form is signed. 18. Telephone No. - Enter the area code and telephone number of the authorized person signing the form on behalf of the bidder. 19. Email Address - Enter the email address of the authorized person signing the form on behalf of the bidder. NOTE: A firm is only eligible to count towards DBE participation in the NAICS codes contained within its California Unified Certification Program (CUCP) DBE Profile. Bidders are to verify that listed DBE's certification contains the NAICS codes relevant to the scope they are being listed to perform. IP S 0 114 A S LETTER OF INTENT AND AFFIRMATION TO PERFORM AS A DBE SUBCONTRACTOR/SUPPLIER/BROKER/TRUCKER IFB NO: TMF-20-F1023D IFB TITLE: Transit Maintenance Facility Driveway Entrance Design Name of Prime bidder's firm: Psomas Address: 27220 Turnberry Lane, Suite 190 City: Valencia State: CA Zip: 91355 Name of DBE firm: NUVIS Address: 3151 Airway Avenue, Suite J3 City: Costa Mesa State: CA Zip: 92626 Telephone: 714-754-7311 Description of work to be performed by DBE firm: Planting and irrigation improvements to support the revisions to the new driveway New gate at entry including control and adjustment to existing fence. The bidder is committed to utilize the above -named DBE firm for the work described above. The dollar value of this work $ $12,080 The percentage value of this work (in comparison to the total contract value) % 11.5 Affirmation The above -named DBE firm affirms that it will perform the portion of the contract for the values as stated above By Perry A. Cardoza, PLA, ASLA - MG Title President If the bidder does not receive award of the prime contract, any and all representations in this letter of Intent and Affirmation shall be null and void. - C N CY) m C: W m cc U (� O Q - o � U o 0) E -6 N E N O of O E: cB C O N O W ._ m 0 .Q E cc W m O CO N 0 '— N 5 E E E 5 o c cB O m : 4.0 c O .N 0'� �-C Ln L in W y U L N N J � � W a � o m m o }' o c H E m N L m O O i L N E N _C m } m R' in N o N Il (n > N U U U i N O 0, 0 O -C c U O U E N cc(n cm -a in m m N N N in cc -C cc ( N : N N N O O Ln U CO C in c) O N E m E t� FL N i Q- U O in N 0 N O C:) y 0) N N cc } H U 0 H in O O � N O M L a+ EA LO EA C m C m m Cw d R V m L L Q J J J J c: O 1:1 =E �El =E Q ftNE O G d O 0 0 C O W Z LU = Co 0 } m R 0 U L 0 Z L O d IX �. d. E O tOj 0 Z V J o C V V U L a+ Ln O O r- Q Mt 00 N L � O N d Ln Ln C. C1 > fA Ln O U rq Ln 0, N Ln u7 Ln Ln O O J CLn w Q� L E G rw Cri E Z °' m m � rd z vi E E EId o (� c N o e c O c O O LO LO to E E Iq L; N LO C C > C C m -C -C d R V m m E d to to to N Q J J )c J O O EIIEI=E❑E❑E 0) d O E a w 0 C O W Z LU = Co 0 } Co co 0 t O U L O 0Z �d R d C E O tOj 0 Z UJ o �E Ca Y C a 0 V m L m � a cn L C O E Q � cn N R a U O N d O O d U O ~cnaz Y O C R d R Z L..O V N V L J E E Z v z m N in 7 cn E O O ii U Q _i, c c o Lr) L vi c c o Lr) L vi c c o Lr) LO 0 0 6q 6q 6q T o o T o o 6q U) E E E E E E In O N LO C C C Cyy C C C Uri L. E E -C-C E' In In In In In v) � Y L L LL In In In In In In � I L L LL In In In In In In I In L Q N J N J N J c N J c O c _ p N J N J N J c N J c O _ p N J N J N J c N J c OO 4- O — E]IEl1. — — E N ❑]10E❑E ❑l —=_ Ell E1E N Q �d ; ME] Q Q O G a w � 0 G a'Ln "a Ln _ c:a O wZ w Co s� L O N N O o 00E r Y — C d O i m n a V L O O <i E � 00 pia cn N R L � a o U U n �v ca o cn L�J ,..' rW G w^i Gl N c� cc 0O Z Qn cc L 1. V V N N E p� Qn Qn N f c N !C O t u N o .� ��� ,.�d. C0 m 4' Z k a Z vi z m (t N O Z�� m vi . (D N m N E✓ c E a c -o E c -o p Ln 0 LIn L �� U Q" LLP U Q Z U Q H Z w w 0 w w Z w z 0 d w lKi