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