Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2024-11-26 - AGENDA REPORTS - PROJ F0006 BLDG ASMT CONTR
Agenda Item• 13 CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL: Li ' DATE: November 26, 2024 SUBJECT: FORMER SENIOR CENTER, PROJECT F0006 - BUILDING ASSESSMENT CONTRACT DEPARTMENT: Public Works PRESENTER: Shannon Pickett RECOMMENDED ACTION City Council: Award a contract to HH Fremer Architects, Inc. for the Former Senior Center, Project F0006, in the amount of $133,000 and authorize a contingency in the amount of $13,300, for a total contract amount not to exceed $146,300. 2. Authorize the City Manager or designee to execute all contracts and associated documents, subject to City Attorney approval. BACKGROUND On July 9, 2024, the City Council approved the transfer of William S. Hart Regional Park (Hart Park) from the County of Los Angeles to the City of Santa Clarita (City). The Hart Park property includes the former Senior Center, which was vacated when the new Senior Center facility opened on Golden Valley Road and Five Knolls Drive in 2019. Staff have assessed that the 11,460 square -foot building could be utilized as a future community arts and veterans center. The scope of work for this project includes providing a report on the current condition of the structure, its contents, and all utilities, which staff will use to determine feasibility for use as a community arts and veterans center. The assessment will survey the site and grounds; structural systems; compliance with the Americans with Disabilities Act; building envelope; interior building components; mechanical, electrical, and plumbing systems; and commercial kitchen. This project supports the Building and Creating Community theme of the City's five-year strategic plan, Santa Clarita 2025. The City conducted a Request for Proposal (RFP) to solicit proposals from qualified consulting Page 1 Packet Pg. 357 firms to provide assessment services for the Former Senior Center project. The final assessment report will be used to solicit proposals for design services in 2025, to be followed by construction. The RFP was published and circulated via the City's e-procurement system, BidNet, on September 5, 2024. The City transmitted the solicitation to 2,150 vendors on BidNet, of which 67 vendors downloaded the RFP. A total of two companies provided proposals for consideration. These proposals were reviewed and evaluated based on each company's ability to meet the specific needs of the City. An evaluation panel, comprised of staff from the Public Works, Neighborhood Services, and Economic Development departments scored the responses using the following categories of weighted criteria: Contractor qualifications, plan of study, scope of work, and program management (40 points) Experience on similar projects (30 points) Thoroughness of proposal, approach to providing sound services, and ability to provide services to meet objectives and standards (30 points) The evaluation panel scored the responses based on a 100-point scale, with the results outlined below: Rank Company Location Score 1 HH Fremer Architects, Inc. Santa Monica, CA 93 2 Maestro Development LLC Los Angeles, CA 73 In reviewing proposals, the evaluation panel awarded the highest score to HH Fremer Architects, Inc. (Fremer Architects). The evaluation panel determined that Fremer Architects's proposal offered the best overall value to meet the building assessment needs. Fremer Architects demonstrated an in-depth understanding of the project needs and provided a detailed scope of work and approach to the project. They analyzed the project location and identified key factors that will need to be addressed in the assessment. Based on their experience with similar projects, and the completeness of their proposal for this project, staff recommends awarding the assessment contract to Fremer Architects. The proposal is available in the City Clerk's Reading File. California Government Code 4526 prescribes the selection of architectural and engineering services to be based on demonstrated competence and 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 was able to reach an agreement with Fremer Architects at a fair and reasonable price. The requested contingency will cover the cost of unforeseen assessment constraints and account for potential assessment modifications requested by the City and other permitting agencies during the assessment of the project. This includes any change orders for additional work requested by the City. Page 2 Packet Pg. 358 ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Adequate funds are available in project expenditure account F0006723-516101 (Facilities Fund) to support the recommended contract. ATTACHMENTS Location Map Proposal for HH Fremer Architects, Inc. (available in the City Clerk's Reading File) Page 3 Packet Pg. 359 r� ✓' 'r �, fir. � r r_ J } October 17, 2024 City of Santa Clarita 23920 Valencia Blvd. Suite 300 Santa Clarita, CA 91355 -z- V_R Reference: Fremer Architects Proposal for CIP=24-25-F0006 Former Senior Center Building Assessment Dear Members of the Evaluation Committee: We HH Fremer Architects dba Fremer Architects, are honored to submit our proposal for property assessment services in response to the Request for Proposal (RFP) for the Former Senior Center Building Assessment. We bring extensive experience in performing comprehensive assessments of existing buildings and their systems. With over 40 years of dedicated service in the field of architecture, we have developed a distinguished portfolio specializing in library renovations, adaptive reuse projects, and public facilities for both private and governmental clients and have successfully completed numerous projects of similar scope, assisting municipalities and organizations in understanding the condition and long-term needs of their properties. Our expertise lies in the detailed evaluation of a property's condition, which includes architectural, civil, structural, mechanical, electrical, and plumbing systems. We collaborate with a dedicated team of consultants who specialize in these areas and are familiar with the complexities of this type of work. Together, we offer a holistic approach to property assessments, ensuring that all critical systems are carefully evaluated to provide a comprehensive and accurate analysis. Our team is experienced in producing reports that not only assess the current condition of a property but also project potential capital repair and replacement costs over the forecasted period. These reports assist cities like yours in making informed decisions regarding future capital planning and budgeting. As part of our assessment process, we will provide: • A detailed analysis of the building and site systems, evaluating them against industry standards. • An investigation into the presence of hazardous materials such as asbestos, lead -based paint, and mold, as well as any water intrusion issues. • Identification of conspicuous deficiencies across all systems. • A life -cycle analysis, projecting remaining useful life and costs for repair or replacement of site and building systems. We understand the importance of providing an accurate and reliable property assessment to help the City make well-informed decisions. Our goal is to support your team in understanding the current and future needs of the property, ensuring the ongoing safety, functionality, and efficiency of your facilities. In light of the RFP requirements, we are confident in our ability to not only meet but exceed your expectations. We eagerly anticipate the opportunity to further discuss how Fremer Architects can help the City of Santa Clarita meet its needs for a comprehensive assessment report for the Former Senior Center Building. e look forward to the opportunity to contribute to the success of this project and are confident that our team is well -qualified to meet the expectations outlined in the RFP. Thank you for your consideration. Again, we are excited about the opportunity to work with the City and we look forward to the potential collaboration and the chance to contribute our expertise and unique strategies/approach to your future projects. Should you have any questions or need further information, please do not hesitate to contact us. Sincerely, HH Fremer Architects, Inc. 4'7 Hal Fremer, Principal/Owner T: (310) 464-4664 1 E: h.fremer@fremerarchitects.com 2120 Wilshire Blvd. Suite 210 Santa Monica, CA 90403 T 310.446.4664 F 310.446.4663 www.fremerarchitects.com Table of Contents City of Santa Clarita Former Senior Center Building Assessment RFP CIP-24-25-F0006 TABLE OF CONTENTS page Cover Letter 2 Table of Contents 3 Section A Firm Introduction & References 4 Section B Plan of Study/Scope of Work 7 Section C Schedule & Program Management 10 Section D Personnel, Equipment & Facilities 14 Section E Subconsultants 20 Section F Forms 49 Page 3 CITY OF SANTA CLARITA PROPOSAL # CIP-24-25-F0006 Section C Firm Introduction & References >1 r7II,u.__ Page 4 CITY OF SANTA CLARITA PROPOSAL # CIP-24-25-F0006 Section C Firm Introduction & References Firm Background & References Since our founding, Hill Fremer Architects (HHFA) dba Fremer Architects has provided conscientious solutions to all of our clients' architectural and planning needs. Operating independently since 1983, HHFA consistently delivers exceptional results which arise from careful consideration of our clients' as- pirations. We believe that design is, at its most basic, an attempt to conform the dynamics of the physical world to our desire to inhabit it. As the world continues to evolve, so does our design — ever -changing, constantly re -thinking the aesthetics of architecture according to the unique project demands of each client's vision. At the some time, HHFA operates on the belief that the nature of architecture is in its details. The success of this approach is evident in our innovative design projects and strong reputation for quality renovation. In structures where functional elements are paramount, special attention must be paid to creating spaces where function can coexist with inspiration. Details elevate a project's architectural impact —while never sacrificing accessibility and safety — and address the way in which it enriches the experience of its surrounding structures and its location as a whole. HHFA never loses sight of our clients' budgetary and scheduling concerns. Instead, our team is committed to partnering with the City of Santa Clarita to develop a tailored approach to each project assignment. Drawing on four decades of experience and employing the latest project management techniques, we will work closely with the City of Santa Clarita in support of the building assessment for the City's Former Senior Center. With a proven track record, we confidently assert that our team is the best -suited candidate to fulfill the requirements requested under this solicitation. Overall Experience With decades of combined experience, our team of architects and engineers brings a wealth of knowledge to every project. We have successfully completed a diverse range of projects, from ground up libraries, library renovations and tenant im- provements to large-scale commercial complexes. Our portfolio speaks to our adaptability and expertise in handling projects of various sizes and complexities. Within the last five years, HHFA has provided comprehensive building assessment services for a number of directly relevant projects, including prior experience with the County of Los Angeles Internal Services Department & County of Los Angeles Department of Public Works. Services have ranged from program and scoping reports, planning and feasibility studies, and conceptual through final design & final construction for projects of various size, levels of complexity, and delivery methods, with project valuations ranging from a few thousand dollars to $40,000,000 and greater. The table on the following page showcases our project experience in relation to the City of Santa Claritas's RFP scope of work: • Architectural & engineering building assessments • Architectural & engineering planning and programming studies • Building code compliance studies • Site planning studies • Landscape design • Construction cost estimating • Sustainable design and CALGreen compliance • As -built documentation • Code research • Project scheduling • Waterproofing Additionally, our subconsultants have experience in the following list in relation to the City of Santa Clarita's RFP scope of work: • Structural engineering • Cost estimating • Kitchen/foodservice design • Landscape design • Civil engineering & surveying • MEP engineering • Environmental engineering We have also assisted clients extensively in developing project scope and assembling program studies for various building types. These studies have become the basis for the enduring value of the projects for which we provide full design and documentation services and solutions. HHFA possesses a heightened understanding of the budget, schedule, and technical constraints common to public sector projects, and has proven successful in programming these typologies. Years in Existence and Project Commitment Having been established for 40 years, HHFA stands as a testament to our enduring presence in the industry. Our longevity is a testament to our stability, reliability, and commitment to the field. We assure our prospective clients that we possess the resources, infrastructure, and financial stability to provide uninterrupted services throughout the pre -qualification period and the duration of the project. Efficient Project Completion Our current team of 4 full-time employees consists of experts in building components and anaylsis, ensuring that we have the capacity to handle multiple projects simultaneously without compromising quality. We prioritize effective project management and streamlined communication to ensure that assignments are completed in a timely and efficient manner. Page 5 CITY OF SANTA CLARITA PROPOSAL # CIP-24-25-F0006 Section C Firm Introduction & References Project Name Status Architectural MEP ADA Fire/Life Environmental Site/Civil Structural Assessment Assessment Assessment Safety Assessment Blocksmith.TV Culver City Office Assessment Completed 2024 • • • • Camp David Gonzales Building Upgrades & Campus Completed 2023 • • • • Modernization & Assessment LA County Health Services Building Window Assessment Completed 2022 • • • Martin Luther King Jr. Community Hospital South Completed 2022 • Support Building HVAC & Assessment Alhambra Probation Transcribing Office Tenant Completed 2021 Improvement, LA County DPW • • • • • Los Angeles County Hall of Administration Assessment Completed 2020 Bioscience LA (formerly Culver City Courthouse) Tenant Completed 2019 Improvement & Assessment Lo Mirada Library Assessment, LA County ISD Completed 2019 Twin Towers Correctional Facility DM Elevators Completed 2019 Feosibility Analysis Fire Station No. 5 Tenant Improvements, City of Santo Completed 2018 • • • Monica Centro Maravilla Assessment, LA County ISD Completed 2018 • • • • Lake Arrowhead Conference Center Main Lodge Food Completed 2016 Service Renovotion, University of California Los Angeles • • Delta Terrace Housing Seismic Remediation, University Completed 2013 • of California Los Angeles Hedrick Hall, Rieder Hall, & Sproul Halls Seismic Completed 2012 • Uporade & Modernization, University of California Los Orange County Sanitation District Operations Center Completed 2012 HSC Clinical Science Center Renovation, University of Completed 2012 • • • Southern California Student Services Center Program Study, Los Angeles Completed 2010 • Mission College Glenrock West & Venice -Barry Apartments Seismic Completed 2005 Retrofit & Modernization, University of California Los • Angeles Courtside Housing Renovation, Seismic Repair & MEP Completed 2002 Upgrades, University of California Los Angeles • LACCD Southwest College ADA Musterplon Completed • • Aerospace Hall Completed 2001 • • • • • • Our established workflow methodologies, combined with our proficiency in project scheduling and resource allocation, enable us to consistently meet deadlines and exceed client expectations. HHFA Relevant Expertise & Experience Within the last five years, HHFA has provided planning and design services for a number of directly relevant projects, including prior experience with the County of Los Angeles Internal Services Department, County of Los Angeles Department of Public Works and the USC Medical Center, as well as at UCLA, San Diego State University, CSU Long Beach & the Boys & Girls Club of SFV. Services have ranged from program and scoping reports, planning and feasibility studies, and conceptual through final design for projects of various size, levels of complexity, and delivery methods. Additionally, we have also assisted clients extensively in developing project scope and assembling program studies for various building types. These studies have become the basis for the enduring value of the projects for which we provide full design and documentation services, in addition to those for which we provide design -build performance requirements. HHFA possesses a heightened understanding of the budget, schedule, and technical constraints common to public works projects, and has proven successful in programming these typologies. The table above shows some of our recent and past relevant projects. Page 6 CITY OF SANTA CLARITA PROPOSAL # CIP-24-25-F0006 Section i., Plan of Study/Scope of Work Page 7 CITY OF SANTA CLARITA PROPOSAL # CIP-24-25-F0006 Section i., Plan of Study/Scope of Work Work Program The following describes our proposed fehcnical approach addressing the specific issues identified in the RFP. Review of City Provided Documents Overview: Documents provided by the City will be reviewed by the Team as required by the RFP. Subtasks: The team will begin by thoroughly reviewing the existing as -built plans provided by the City, focusing on the accuracy of the provided drawings and identifying any discrepancies. Ourfechnical approach includes cross-referencing the as -built plans with the current site conditions observed during the visual site survey. We will highlight key areas where modifications or additional documentation may be required to ensure proper alignment between the provided plans and the actual conditions. The analysis report from the Landscape Architecture and Design Department will be reviewed to understand the existing site and landscaping conditions, including challenges and opportunities related to the current landscape design. Special attention will be paid to site drainage issues, which have been identified as a concern. We will assess whether the recommendations in the report align with the proposed renovation objectives and ensure that any site modifications, particularly regarding drainage, integrate smoothly info the overall project scope. The provided as -built plans will be scrutinized in the absence of original building floor plans. Our team will compare the architectural designs provided with the current physical structure to ensure that any proposed work complies with the original design intent and modern construction practices. Where inconsistencies are noted, we will document areas of concern, suggesting alternatives or adjustments where necessary. Output: Findings from this task will be incorporated info the overall anaylsis and assessment of the building in the Assessment report. -; Existing Conditions Overview: A site and building walkfhrough will be performed by the Team along side a City Representative to investigate the existing conditions. Subtasks: A detailed visual site survey will be conducted to evaluate both external and accessible infernal site components. This will include a walkfhrough of the building's structural systems, building envelope, and critical infernal elements such as mechanical, electrical, and plumbing (MEP) systems. Our Team will document conditions of all visible components, with attention to key systems that may require further evaluation or replacement. Where destructive testing is needed, the Team will submit a formal request to the City, detailing the extent of proposed demolition and reasoning behind the need for invasive measures. Specialty consultants (e.g., MEP, structural, and landscape, civil, environmental, waterproofing) will be involved as needed to provide expert insights info specific building systems. Their input will help guide decisions on the life expectancy, current condition, and replacement costs for key components. The following specific areas will be surveyed by the Team in efforts to provide a comprehensive report: • Site and Grounds: Comprehensive evaluation of pavement, parking, curbs, sidewalks, landscaping, irrigation, exterior lighting, walls, and drainage. Particular emphasis will be placed on resolving site drainage issues by conducting in- depth surveys to analyze existing drainage patterns, and identifying all underground drain pipe daylight outlets. • Structural Systems: Assessment of the building's foundations and framing, including walls, columns, and roof systems. This evaluation will help confirm the structural integrity and highlight areas requiring repair or reinforcement. • Building Envelope: Visual inspection of roofing systems, flashings, exterior finishes, doors, and windows. Recommendations for upgrades or replacements will be provided to improve energy efficiency and weatherproofing. • Interior Building Components: Visual survey of finishes in all accessible areas, with recommendations for updates to meet current aesthetic and functional needs. • Mechanical, Electrical, and Plumbing Systems (MEP): A visual and operational assessment of MEP systems, including HVAC, plumbing, electrical wiring, and conveyance systems. Specialty consultants may be required for more detailed inspections and recommendations for system upgrades or replacements. • Commercial Kitchen Components: Survey of the range, exhaust hood, commercial sinks, freezers, dishwasher, and other kitchen components to ensure they meet current safety and operational standards. • ADA Compliance Review: ADA compliance review will identify areas where "readily achievable" modifications can be made to meet accessibility standards. • Fire and Life Safety: Review of fire suppression systems, alarms, exit signage, emergency lighting, and hydrants. Recommendations will be made to enhance safety and meet code requirements. In support of the findings from the visual inspection, interviews and research interviews will be conducted as necessary with maintenance personnel, City officials, and other stakeholders to gather historical data and maintenance records. Our research will focus on uncovering any undocumented issues or repairs that CITY OF SANTA CLARITA PROPOSAL # CIP-24-25-F0006 Section i., Plan of Study/Scope of Work may impact the current renovation project. Output: Findings from this task will be incorporated info the overall anaylsis and assessment of the building in the Assessment report. Environmental Survey Overview: An environmental survey will be conducted concurrently with the review of existing conditions by licensed professionals. Their appropriate certifications and licenses are included in the Sub -Consultant Section of this document. Subtasks: • Asbestos Survey: A pre -renovation asbestos survey will be conducted, adhering to the EPA's Asbestos Hazard Emergency Response Act (AHERA) standards. Bulk material samples will be collected and analyzed using Polarized Light Microscopy. Where necessary, destructive access will be minimized but performed in areas requiring assessment. • Lead -Based Paint Screening: Limited lead -based paint screening will be conducted through paint chip sampling to ensure safety during demolition activities. Follow-up testing will be recommended as needed. Mold and Water Intrusion Investigation: Moisture meter testing and visual inspections will be conducted to identify areas impacted by wafer intrusion. Where mold or other issues are identified, sampling will be performed, and a thorough analysis provided in the final report. The approach ensures a thorough assessment of the property and building systems, aligning with project objectives and ensuring compliance with safety and regulatory standards. Output: Findings from this task will be incorporated info the overall anaylsis and assessment of the building in the Assessment report. Deliverables Overview: A comprehensive report will be compiled to include all the findings from the aforementioned tasks. Subtasks: The assessment report will be designed to provide a comprehensive evaluation of the existing conditions of the facility, identify critical issues, and propose actionable solutions to enhance building performance and longevity. The report will encompasse a wide range of technical and functional aspects, all geared towards aligning the building with safety, operational efficiency, and modern standards. Key Deliverables include: • Executive Summary: A concise overview of the findings and key recommendations for building improvements. • Site and Building Overview: Review of site conditions, including landscaping, parking, and accessibility. • Structural Assessment: Evaluation of the building's structural systems, including foundation, load -bearing elements, and potential areas of deterioration, and identification of necessary repairs or reinforcements for structural integrity. • MEP Systems (Mechanical, Electrical, Plumbing): Detailed analysis of the building's HVAC, electrical, and plumbing systems with recommendations for upgrades or replacements to meet modern energy and efficiency standards. • Code Compliance Review: Assessment of compliance with current building codes and ADA standards and identification of any deficiencies and corrective actions required. • Interior and Exterior Condition: Evaluation of interior finishes, fixtures, and overall functionality of spaces and review of exterior materials, including fagade, windows, doors, and roofing, with recommendations for repairs or replacements. • Energy Efficiency and Susfainabilify: Analysis of the building's energy performance with recommendations for improving susfainabilify through energy -efficient systems, materials, and potential for renewable energy integration. • Fire -Life Safety: Review of safety systems, including egress, fire alarm and sprinkler systems and recommendations for code compliance. • Conclusions and Recommendations: Summary of prioritized actions to address immediate concerns and long-term improvements. Cost Estimate: A Rough Order of Magnitude for recommendations made. • Photos and Visual Documentation: Comprehensive visual records of the building's condition. • Technical Data: Testing results and technical evaluations. This structure ensures a clear and organized presentation of the deliverables, allowing stakeholders to quickly understand the current condition of the building and the proposed actions needed to address key issues. Output: Upon delivery and review by the City of Santa Clarifa, a presentation/Q&A session will be conducted by the Team for any questions and clarification. Page 9 CITY OF SANTA CLARITA PROPOSAL # CIP-24-25-F0006 Section C Schedule & Program Management Page 10 CITY OF SANTA CLARITA PROPOSAL # CIP-24-25-F0006 Section C Schedule & Program Management Schedule The project schedule for the building assessment provides a clear timeline for evaluating the condition and performance of the existing structure. This schedule includes key phases such as initial site inspections, data collection, detailed analysis of building systems, and the preparation of the final assessment report. Each phase has been designed to ensure thorough evaluation while maintaining efficiency and minimizing disruption to building operations. Ourteam is committed to delivering a comprehensive assessment within the specified timeline, enabling informed decision -making for future renovations or improvements. Phase 1: Initial Assessment (Week 1-4) Objective: Gather all relevant data, including existing site conditions, documentation, and project scope details. Activities include: • Conduct site visits and field verifications • Review architectural drawings, structural reports, and as -built conditions. • Engage with key stakeholders to clarify objectives and project requirements. Phase 2: Detailed Evaluation & Analysis (Week 5-8) Objective: Perform in-depth analysis of the gathered data, identify potential challenges, and recommend solutions. Activities include: • Evaluate structural, mechanical, electrical, and plumbing systems for compliance and adequacy. • Analyze any discrepancies between current conditions and proposed renovation needs. • Collaborate with consultants (e.g., landscape, civil, environmental, etc.) to incorporate their assessments into the review. Delivery of final comprehensive Assessment Report with detailed findings, risks, and recommended solutions. Phase 3: Final Review & Stakeholder Presentation (Week 10) Objective: Present findings to stakeholders, address any concerns, and finalize the assessment. Activities include: • Prepare a presentation summarizing the assessment and recommendations. • Conduct a review meeting with the client and other key stakeholders for feedback. • Incorporate any final changes or adjustments based on stakeholder input. This timeline is designed to ensure a comprehensive and collaborative assessment process, with clear deliverables and sufficient time for review and feedback before finalizing the report. Program Management Our Team will be utilizing the Waterfall project management method, which is a linear, sequential approach to managing projects, where each phase must be completed before the next one begins. This method involves a step-by-step process to ensure thorough evaluation, documentation, and analysis. 1 . Requirement Gathering and Analysis The first phase focuses on defining the scope and objectives of the assessment project. All relevant data, client needs, and project constraints are gathered through interviews, research, or document review. A clear understanding of the project goals and expectations is established and documented. The deliverables from this phase include a project charter or assessment brief that outlines the project's scope, timeline, and resources. 2. Design and Planning Based on the requirements collected, the project team develops a detailed plan for executing the assessment. This includes defining the assessment criteria, methodologies, tools, and resources required. The design phase often produces assessment frameworks or questionnaires. The project schedule, milestones, and risk management strategies are outlined during this stage. 3. Execution (Data Collection and Assessment) In this phase, the actual data collection and assessment take place according to the predefined methods. Site visits, surveys, interviews, or data analysis are conducted systematically. Each task is performed according to the plan, and any issues encountered are documented for later resolution. This phase culminates in gathering all necessary information and preparing it for analysis. 4. Verification and Analysis Once the data is collected, it is analyzed to generate insights and identify trends, patterns, or issues. The analysis follows the framework set out in the design phase. The findings are verified for accuracy and completeness before moving to the next phase. This step ensures that the information is reliable and aligned with project goals. 5. Reporting and Presentation In this final phase, the results of the assessment are compiled into a comprehensive report. The report includes detailed findings, conclusions, and any recommendations based on the analysis. This deliverable is typically presented to stakeholders in a formal Page 1 1 CITY OF SANTA CLARITA PROPOSAL # CIP-24-25-F0006 Section C Schedule & Program Management presentation. Any follow-up actions or further assessments required are also documented at this stage. The diagram on the following page illustrates our the proposed schedule for this assessment. Page 12 CITY OF SANTA CLARITA PROPOSAL # CIP-24-25-F0006 7 0 E � § 2: E � 0 q 0 � � u CO V c 0 (D W u }\\\ \ |=0 _ C �g§\ # r )2 ) } (CO � \ \ di LL \ \ a ; \ 0; ; di k { / \ a R \ \ ƒ / � ! £ e Co di LL 3« )\ / )\ CL :% ( - E� L\ } ) Cl) \ 2 Section L. Personnel, Equipment & Facilities Page 14 CITY OF SANTA CLARITA PROPOSAL # CIP-24-25-F0006 Section L. Personnel, Equipment & Facilities Organizational Structure, Key Personnel & Staff The organization chart below illustrates the roles and reporting relationships of the key staff proposed to efficiently manage the City of Santa Clarita's project and deliver high -quality architectural and engineering assessment services. Tim Davis, RLA Landscape Architect (Riverside, CA) Jeff Chess, P.E. Vice President & Civil Engineer (Santa Clarita, CA) Details on HHFA's team follow in this section. Additionally, we have included brief profiles on the engineering and specialty subconsultants HHFA is proposing for this RFP in the following section. Harold Fremer, AIA, NCARB Dan Puengprechawat Principal -in -Charge & Associate Principal, Principal Architect Senior Project Manager (Santa Monica, CA) (Santa Monica, CA) Derrick Masulis, S.E Principal & Structural Engineer (Glendale, CA) Castel Coca Principal (Anaheim, CA) Joe C. Ablay, P.E., CEM, GBE Owner -in -Charge & Mechanical Engineer (Walnut, CA) Rolando Sotelo, P.E. President & Principal Engineer (Santa Clarita, CA) Jacqueline Chan Principal Estimator (Los Angeles, CA) Henry Moreno President & Program Manager (La Mirada, CA) Page 15 CITY OF SANTA CLARITA PROPOSAL # CIP-24-25-F0006 Section L. Personnel, Equipment & Facilities OUR TEAM OUR TEAM KEY STAFF KEY STAFF EDUCATION Master of Architecture, University of Southern California Master of Business Administration, University of Southern California Bachelor of Science, Architecture, University of Southern California PROFESSIONAL REGISTRATION California Architects Board, License #C13638 PROFESSIONAL AFFILIATIONS American Institute of Architects AIA California Council AIA Los Angeles Board of Directors, Boys & Girls Club of San Fernando Valley National Council of Architectural Registration Boards AWARDS/PUBLICATIONS 2016 AIA San Fernando Valley Award of Excellence (Olive View UCLA Medical Day Care Center) 2006 AIA Design Excellence Award (Valley Plaza Branch Library) RELEVANT PROJECT EXPERIENCE COMPLETION LACDPW Olive View -UCLA Medical Center Child Care Facility, 2016 Sylmar, CA LACDPW Olive View -UCLA Medical Center Master Plan, 2014 Sylmar, CA LADPW Valley Plaza Branch Library, North Hollywood, CA 2006 LADPW/LABOE Denker Park Recreation Center, Los Angeles, CA 2004 LADPW/LABOE Yosemite Recreation Center, Los Angeles, CA 2004 LADPW/LABOE Yucca Park Community and Youth Centers, 2000 Hollywood, CA Boys & Girls Club of San Fernando Valley, Los Angeles, CA 2018 USC Health Science Campus Clinical Sciences Center Fire 2012 Protection & Accessibility Renovations, Los Angeles, CA LACCD/Los Angeles Southwest College, Accessibility Master 2012 Plan, Los Angeles, CA LACCD/Los Angeles Mission College Student Services Center, 2012 Sylmar, CA LACCD/Los Angeles City College, Replacement Facilities, 2010 Los Angeles, CA UCSB West Campus Faculty Housing, Santa Barbara, CA 2009 UCLA Lake Arrowhead Maintenance Building, Los Angeles, CA 2003 UCLA Faculty Levering Housing, Los Angeles, CA 2004 UCLA Sunset Village/Courtside, Los Angeles, CA 2004 UCLA Sproul Hall Modernization, Los Angeles, CA 2008 UCLA Rieber Hall Modernization, Los Angeles, CA 2009 UCLA Hedrick Hall Modernization, Los Angeles, CA 2010 UCLA Patient Family Guest House, Los Angeles, CA 2013 Aerospace Hall Museum Renovation, Los Angeles, CA 2001 Valley Branch Library, North Hollywood, CA 2006 OCSD Operations Center Renovation and Accessibility 2014 Upgrades, Huntington Beach, CA Orange County Sanitation District Purchasing & Contracts 2014 Administration Expansion, Fountain Valley, CA Fourth Street Plaza, San Bernardino, CA 1996 Page 16 CITY OF SANTA CLARITA PROPOSAL # CIP-24-25-F0006 Section L. Personnel, Equipment & Facilities UR TEAM KEY STAFF EDUCATION Bachelor of Architecture, California State Polytechnic of Pomona PROJECT EXPERIENCE COMPLETION Blacksmith.TV LA Office Assessment & Tenant Improvement, In progress Culver City, CA LACISD Bioscience LA (formerly Culver City Courthouse), 2021 Culver City, CA LACISD Camp Gonzales Building Upgrades and Campus In progress Modernization, Calabasas, CA LACISD Olive View Psychiatric Urgent Care Center Renovation In progress Tenant Improvement, Sylmar, CA LACISD Centro Maravilla Bathrooms ADA Upgrade, Roofing 2022 and HVAC Replacement, Los Angeles, CA LACISD Victoria Park Roofing and HVAC Replacement, 2023 Carson, CA LACISD City Terrace Park Roofing Replacement, East Los 2023 Angeles, CA LACISD La Mirada Library Data Upgrade, La Mirada, CA 2022 LACDPW Twin Towers Correctional Facility Elevator, ADA & HVAC Assesment, Los Angeles, CA LACDPW MLK South Support Building HVAC Replacement, Permitted Compton, CA LACDPW Rosemead Library Bathrooms ADA Upgrade, 2023 Rosemead, CA LACDPW El Monte Library Bathrooms ADA Upgrade, 2023 El Monte, CA LACDPW Hall of Administration Bathrooms ADA Upgrade, 2023 Los Angeles, CA LADPW/LABOE Denker Park Recreation Center, Los Angeles, CA 2004 LADPW/LABOE Yosemite Recreation Center, Los Angeles, CA 2004 LADPW Valley Plaza Branch Library, Los Angeles, CA 2006 UCLA Faculty Levering Housing Retrofit & Renovation, 2022 Westwood, CA UCLA Courtside Housing Retrofit & Renovation, Westwood, CA 2003 UCLA Lake Arrowhead Conference Facility Kitchen Renovation, 2002 Lake Arrowhead, CA UCLA Patient Family Guesthouse Renovation, Los Angeles, CA 2003 Hilton Garden Inn Renovation, Hollywood, CA 2010 The 'Green Umbrella' Renovation, Culver City, CA 2001 AC Beverly Hills Adaptive Re -use, Beverly Hills, CA 2017 AC Hotel, El Segundo, CA 2019 Marriott Courtyard, Santa Ana, CA 2010 Marriott Courtyard, Long Beach, CA 2013 Marriott Residence Inn, Rowland Heights, CA Permitted Marriott Residence Inn LAX Office Building to Hotel Conversion, 2013 Los Angeles, CA Hampton Inn & Suites, Hollywood, CA 2017 Home2Suites, Montebello, CA 2018 Rowland Town Center, Rowland Heights, CA In progress Staybridge Suites, Long Beach, CA 2022 The Source Retail & Hotel, Buena Park, CA 2016 The 'Beehive', Culver City, CA 1999 Page 17 CITY OF SANTA CLARITA PROPOSAL # CIP-24-25-F0006 Section L. Personnel, Equipment & Facilities OUR TEAM KEY STAFF quit tkAm KEY STAFF EDUCATION Doctorate of Architecture, University of Hawai'i at Manoa PROFESSIONAL CREDENTIALS Leadership in Energy and Environmental Design (LEED) Green Associate PROJECT EXPERIENCE COMPLETION Blacksmith.TV LA Office Assessment & Tenant Improvement, In progress Culver City, CA LACISD Camp Gonzales Building Upgrades and Campus In progress Modernization, Calabasas, CA LACISD Olive View Psychiatric Urgent Care Center Renovation In progress Tenant Improvement, Sylmar, CA LACDPW MLK South Support Building HVAC Replacement, In progress Compton, CA Courtyard by Marriott LAX Tenant Improvement, 2021 Los Angeles, CA 6344 Arizona Circle, Tenant Improvement & Exisitng 2019 Warehouse to Open Office Space Conversion, 2017 Los Angeles, CA AC Marriott Beverly Hills Adaptive Re -use, Beverly Hills, CA Marriott Residence Inn, Rowland Heights, CA Permitted Hampton Inn & Suites, Hollywood, CA 2017 Home2Suites, Montebello, CA 2018 Rowland Town Center, Rowland Heights, CA In progress Staybridge Suites, Long Beach, CA 2022 The Source Retail & Hotel, Buena Park, CA 2016 Springhill Suites, Anaheim, CA 2015 AC Marriott Manhattan Beach Entitlement, 2021 Manhattan Beach, CA Hyatt Place Hyatt House Dual Hotel Entitlement, Ontario, CA In progress March Air Force Base Fitness & Training Center, Riverside, CA 2011 March Air Force Base Track & Field Facility, Riverside, CA 2011 National Intelligence Campus, Kabul, Afghanistan 2012 CITY OF SANTA CLARITA PROPOSAL # CIP-24-25-F0006 Section L. Personnel, Equipment & Facilities UR TEAM KEY STAFF EDUCATION 1981-1983 Genesee Community College, Batavia, NY 1978-1981 Manchester High School, Chesterfield, VA PROFESSIONAL CERTIFICATIONS & SEMINARS 1985-Present Attended various material manufacturer sponsored trade shows/seminars to include intensive tours of facilities where roofing/waterproofing products are manufactured. 1983-1985 New York State Contractors' License 1983-1984 ABC Supply Company, Buffalo, NY U.S. Intec Corporation Certified Applicator Instructional Program >.URRIC11 'fITAE James West Waterproofing Consultant, Long Beach, CA November 1997 - Present Expert Witness: Provide litigation support to include participation in mediation & trial proceedings; deposed numerous times as a designated expert in roofing and waterproofing issues. Consultant: Perform investigations of roofing/waterproofing and related flashings systems to determine current conditions in order to offer recommendations for repair, replacement and maintenance. Quality Control Inspector: Observe and document the step by step removal, replacement and repair of roofing, waterproofing and flashing systems to help ensure proper installation practices/specification compliance. Perform City of Beverly Hills 3rd Party Mandated inspections relating to weather -resistive barriers. Orchard Roofing Consultants, Santa Ana, CA May 1995 - November 1997 Provided roofing/waterproofing consulting services to include: leak -solving, quality control, litigation support and expert witness testimony. James West Consulting Services, Long Beach CA October 1989 - May 1994 Owned and operated small business providing roofing and waterproofing consulting to include remedial repairs and maintenance. Twining Laboratories of Southern California, Inc., Long Beach, CA November 1988 - October 1989 Consultant/Quality Control Inspector: Worked in the roofing and waterproofing division which provided consulting services; including investigation, analysis, and specification development/maintenance programs. Independent Roofing Consultants, Newport Beach, CA April 1985 - August 1988 Quality Control Inspector: Responsible for documentation and coordination of extended and involved roofing and waterproofing projects to include high -end retail centers, high-rise construction and institutional complexes. Page 19 CITY OF SANTA CLARITA PROPOSAL # CIP-24-25-F0006 Section U Subconsultants Page 20 CITY OF SANTA CLARITA PROPOSAL # CIP-24-25-F0006 Section E. Subconsultants GROSSMAN & SPEER ASSOCIATES, INC. Structural Engineering Since the firm's founding in 1979, we have successfully completed over 4,000 projects that have ranged from isolated, low budget, cost efficient designs to engineering for large multi -building facilities. Most projects have required conformance with the California Building Code. Our personnel are experienced in all phases of the design process from initial conception through plan checking and construction. The firm maintains an up-to-date library and current Building Codes, including the Title 24 regulations. As active design engineers, we are familiar with a wide variety of design requirements and construction practices, which is invaluable when performing constructability reviews, structural evaluations or modernization of existing buildings. OUR TEAM SUBCONSULTANTS ICI ENGINEERS, INC. MEP Engineering, Energy t�IENGINEERS Since 2000, ICI Engineers, Inc. has been providing expertise in mechanical, HVAC, plumbing, electrical and energy engineering to commercial, healthcare, educational and institutional sectors. ICI's engineers have expertise in the design of entertainment centers, theme parks, K-12 and higher education, healthcare facilities, tenant retrofits, data centers, retail, transportation and commercial buildings. ICI consistently delivers quality, on time, in budget services tailored to meet our clients' needs. As professional engineers, our team proactively works with facility owners, architects, developers, design -build groups, energy services organizations and State agencies such as California OSHPD/HCAI and DSA. ICI Engineers is composed of senior professional engineers each with a more than fifteen years of design and staff engineers that have more than five years' experience. ICI Engineers also provides peer review, commissioning and value engineering services to insure project code compliance and design integrity. ICI supports project construction with supplemental services of cost estimating, constructability reviews, QA/QC support, MEP coordination, scope development. ICI Engineers provides mechanical, electrical and plumbing engineering design work that includes chiller plant and distributions, air handling units, electrical power and lighting, fire alarms, low voltage data services. We also have assisted building facility owners and architects in the development of effective and energy efficient building system projects. ICI is a graduate US SBA 8(a) program participant since 2018 (cert #303120). Currently certified by the LA MTA, LAUSD separately as a DBE, SBE and MBE. Page 21 CITY OF SANTA CLARITA PROPOSAL # CIP-24-25-F0006 Section E. Subconsultants PS OMAS Civil Engineering & Surveying Dedicated to balancing the natural and built environment, Psomas provides sustainably engineered solutions to public and private sector clients. As a full -service consulting firm, we help our clients create value by planning, designing, and delivering complex projects. Markets served include transportation, water, land development, and energy with the following services offered: • Civil engineering • Survey and geospatial services including the use of drones, 3D laser scanning, and subsurface utility locating • Site development engineering • Transportation and traffic engineering • Structural engineering • Water and wastewater engineering • Environmental planning and resource management • Land planning and urban design • Land use entitlements • Construction management • GIS consulting Psomas is a recognized leader and longtime proponent of environmental, social, and economic sustainability and brings a truly holistic approach to our practice and our projects. A founding member of the Institute for Sustainable Infrastructure (ISI), Psomas is committed to promoting a progressive standard of sustainability in both design and through company policy. We currently have over 100 staff who are ENV SPs (Envision Sustainability Professionals through ISI) and/or LEED APs. The cornerstone of our business approach is to first focus on our client's long-term needs and then direct our strategic growth accordingly. Our core strength is our multi -disciplined teams of experts —top-notch staff who produce award - winning projects for our clients through innovation, creativity, and cutting -edge technical expertise. Founded in 1946, Psomas provides services from offices throughout California, Arizona, Utah, and Washington. OUR TEAM SUBCONSULTANTS WEBB FOODSERVICE I DESIGN Kitchen/Food Service `u�/ebb. Design Headquartered in Anaheim, California, Webb Foodservice Design creates immersive kitchen and dining experiences for civic environments. Since 1989 our team of planners and designers has partnered with clients to bring culinary visions to life; our expertise spans from feasibility studies, concept design, and programming services to market research, design documentation, and construction administration. Projects range from small cafes to large, centralized kitchens, with each combining strategy and spectacle to produce efficient, emotionally engaging front- and back -of -the -house design. Webb excels in solutions that are sustainable and energy -efficient. SBE- and WBENC- certified, the firm has the largest and most diverse team on the West Coast. Senior staff shepherd projects through all phases, including the stringent health and safety protocols of local Environmental Health and DSA. Our approach to civic projects is rooted in our belief that foodservice plays an important role in affecting social change. Through our civic practice, we have designed foodservice spaces that range in use from a kitchen supporting the blind enterprise program, to developing a culinary arts program for correctional rehabilitation. Our approach to Food Banks and Transitional Housing focuses on supporting the local community with an emphasis in improving equitable access to food. Page 22 CITY OF SANTA CLARITA PROPOSAL # CIP-24-25-F0006 Section E. Subconsultants WILSON DAVIS ASSOCIATES Landscape Architecture , & Urban Design Wilson Davis Associates (Wdal) was founded in 2019 and is a Landscape Architectural Design Firm preparing Conceptual Landscape drawings for project entitlements, Construction Documents for bidding and construction and Construction Administration during construction. Wdal has two licensed Landscape Architects and two staff members that help with production drawings and an Office Manager. Wdal has designed projects in Northern California / Bay Area to San Diego County and east to Las Vegas and Phoenix areas. The projects include both the Public and Private sectors involving Parks, Plazas, Streetscapes, Commercial Retail, Office, Single Family detached housing, High Density Housing / Apartments, Industrial and Institutional. Wilson Davis Associates (Wdal) prides itself on the ability to consistently provide quality landscape design. What is of equal importance to us is the capacity to give our clients a creative product; "on time and within budget." The Wdal approach unites concerned and talented professionals who work together to ensure quality at every stage of the project, from research and analysis to design development, from construction documents to field observation. Every consideration is given to all of those who may be involved with the project: investors, municipalities, other consultants, and the ultimate user. The result is a product that meets each of our client's unique requirements in terms of budget, schedule and marketability ... and, of course, meets our goal of providing quality landscape design services. OUR TEAM SUBCONSULTANTS KPJ CONSULTING Cost Estimating Consulting Founded in 2014, KPJ Consulting, an S Corporation is LSBE/MBE/ WBE certified. KPJ Consulting is especially skilled in providing accurate budgets at the early programming and conceptual phases of a project when that accuracy is critical to a project's ultimate success. KPJ Consulting achieves this with early advice during the design phase by creating functional solutions to meet budget expectations. KPJ has firsthand experience to analyze and understand the design solutions researched by design teams and user groups. KPJ can forecast the "unforeseen" cost implications for each design solution. KPJ finally appraises the solutions are measured, evaluated, and presented in easy to comprehend format. KPJ understands the critical current market conditions in the project location is an essential factor in providing an accurate estimate. At the early design phase, KPJ obtains key quotes from vendors for uniquely specified items. When a current event impacts the construction industry, KPJ will often research the dynamics of that impact to determine the cost considerations for your project. Page 23 CITY OF SANTA CLARITA PROPOSAL # CIP-24-25-F0006 Section E. Subconsultants BAINBRIDGE ENVIRONMENTAL Inc. Electrical Engineering �BAINBRIDG( Founded in 1992, for over thirty-three (33) years, Bainbridge has been providing environmental consulting services to Public Agencies, Educational Institutions, Cities, and private industries throughout Southern California. Bainbridge has diligently provided hazardous materials consulting services, including but not limited to asbestos containing materials (ACM), and lead -based paint (LBP). Our services have included inspections, surveys, sampling, abatement plan specifications, and other indoor air quality (IAQ) inspections, abatement/ remediation monitoring and clearances. Our Specific Consulting Services include but not limited to • Asbestos Bulk Sampling • Lead Paint Chip Sampling • Lead X-Ray Fluorescence (XRF) Testing • SCAQMD Procedure 5 clean-up plans • Cost Estimates, Working Drawings and CAD • Construction/Abatement /Remediation Monitoring • On -Site laboratory asbestos analysis NIOSH 582 • Mold/Fungi Studies and Assessments • Humidity- Moisture Studies and Mapping • Water Intrusion Studies • Remediation Work Plans and Project Design • Building/Degradation Studies for Mold Amplification • Mold Prevention Building Design (Non -Architectural) • Operations and Maintenance Programs • Concrete Moisture Testing • Phase 1 Environmental Site Assessments (ESA) • Bacteria - Water Assessments and Management Bainbridge has completed thousands of projects related to modernization, renovation, maintenance and operations and repair of structure facilities and institutions. Projects completed have included occupied and vacant/abandoned buildings such as historical parks, recreational centers, senior citizen and assisted living communities, libraries, k-12 public schools, college campuses, universities, and government offices. OUR TEAM SUBCONSULTANTS RES & ASSOCIATES CONSULTING ENGINEERS, INC. Electrical Engineering RES & Associates Consulti Engineers, Inc., has responded the demands of the construction community for more than 15 years. We are a professional engineering firm capable of providing the highest quality of full -scope electrical engineering services. Our firm is built upon the strength of its principals and goes beyond merely providing quality documents. Our services are provided with an exceptional amount of personal detail and attention. Our consulting design services include new construction, renovations, and property condition reports. RES & Associates strives to provide the best services available to efficiently and reliably serve the needs of our clients. Providing engineering services is an integral aspect of this goal as today's technological advancements and design criteria demand an ever-increasing standard of excellence. All projects receive hands-on contact from our principal. All resources of the firm and its consultants are always at our client's disposal. We have been providing such services since our formation and take pride in our ability to offer a dependable and knowledgeable staff with the necessary expertise and experience to meet the challenges of our varied projects. RES & Associates provides a means to a well -coordinated team effort. From the first interview, until job completion, a senior member of the firm is totally involved. We are proud to offer you the unique combination of expertise, experience and approach that have brought us the success that was the target of our initial goals. Page 24 CITY OF SANTA CLARITA PROPOSAL # CIP-24-25-F0006 REGISTRATION 2001/CA/Professional Engineer/Civi I/61632 EDUCATION 1993/BS/Civil Engineering/University of Southern California CERTIFICATIONS I Jeff Chess has 31 years of design and management experience covering civil, structural, and environmental engineering. He has managed services for numerous public clients, including municipalities leading design efforts involving critical public outreach support. He has overseen, prepared, and managed civil engineering design and studies involving stormwater, wastewater, roadway, and site civil for numerous public and institutional projects and programs. Jeff has extensive experience in dealing with land development's environmental aspects, encompassing hazardous waste mitigation, Envision Sustainability BMP implementation, and environmental report contribution. He Professional/Institute for Sustainable Infrastructure also has ample experience in permitting and approvals with most Qualified SWPPP Southern California cities and counties and many state and local Developer/StormwaterMultiple agencies. Also, Jeff leads our Engineering Group's Quality Initiative. Application and Report Tracking System/C61632 Responsibilities include chairing our Culture of Quality Committee, p g y responsible for developing and implementing quality enhancement policies and procedures for Psomas' Engineering Group company - PROFESSIONAL AFFILIATIONS wide. American Society of Civil Engineers, Los Angeles Section Construction Management Experience Association of America, Southern California Chapter Los Angeles Community College District, Measure J Utility Master University of Southern California, Plan —Los Angeles, C ' Project Manager for providing professional Architectural Guild services for the utility and infrastructure master plan in support of Asian American the Proposition A/AA and Measure J development programs and Architects/Engineers Association followed on with complete design of campus -wide utility systems, parking lots, and roadways. Civil engineering services included EXPERIENCE campuswide utility infrastructure analysis for the domestic/fire With Psomas for22 years; with water system, storm drain/stormwater management system, and other firms for 9years sanitary sewer system. Campuses included: Los Angeles Mission College, Los Angeles Pierce College, and Los Angeles Valley College. �o� w�geWes riew4—..., —tp, ..w..,,..,,,__id Hills, CA Project Manager for providing professional services to update the campus -wide Utility Master plan which considered several new projects not included in the previous plan. The scope of services included a utility capacity study with recommendations for utility construction documents. The utility systems included storm drains, sanitary sewer, domestic water, fire/water, and irrigation systems. JEFF CHESS, PE, OSD, El Camino College, Shops, Stadium, and ladustry r -knology ENV SP Utility Maooinca Uodate—Torrance, C' Project Manager (continued) responsible for civil engineering and survey services, including preparation of utility mapping for three project sites, subsurface investigation, and engineering analysis of field data collected compared and reconciled with record data. Los Angeles Mission College, Me -ism ire A 4;fnrmv--,+^- ""-,ster Plan M?-#nr Win — Las , ---ies rA. Project Manager provided a comprehensive Storm Water Master Plan document to assess stormwater quality, quantity, and drainage patterns as related to the college's programmed build -out and phasing. The plan outlined prescriptive temporary and permanent BMP measures to ensure compliance with NPDES requirements through all phases of the campus build -out. City of Los Angeles, Proposition O Implementation, Imperial Highway Stormwater Best Management Practices IBMPI — Los Anaeles. Ck' Team Leader provided civil engineering services retrofitting approximately 1.3 miles of Imperial the Highway, a watershed area between Pershing Drive to California Street, with a sunken median infiltration system. These stormwater best management practices (BMPs) remove soluble and particulate pollutants from runoff before they flow onto Dockweiler State Beach. Citv of Beverly Hills, Beverly Gardens Park — Beverly Hills, CA: Team Leader for providing civil engineering design services and construction support for the reconstruction of 21 blocks of the existing historic linear park. The scope of services focused on grading and Americans with Disabilities Act (ADA) compliance. Historic pergolas were analyzed for the structural condition and repairs were recommended. The park is tied into new biofiltration swales built for an adjacent roadway project. City of Santa Clarita, Central Park Build Out —Santa Clarita, CA: Principal -in -Charge for this 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. Psomas was responsible for civil engineering services of the existing field, existing dog park and walkways, surrounding asphalt parking areas, and hillside areas for future park installations. David March Park Phase ii Improvements —Santa Clarita, CA: Project Manager for this project which included a baseball field, basketball court, restroom building, community gathering area, and an additional parking lot. The development area is just over six acres, and a majority of the project is adjacent to the existing park. Psomas successfully JEFF CHESS, PE, QSD, integrated the existing park with additional parking, walking paths, ENV SP trails, upgrades to the existing park, landscaping, and site furnishing. (Continued) Psomas was also responsible for establishing survey controls, calculating the record boundary, collecting existing ground visible utilities, and a topographical design survey of the existing park and field, including the surrounding hillside areas. Milfnn Sfrppf Pmrk — I n�, A nnpip�, rt Project Manager for providing civil engineering design for a new 1.2-acre urban park alongside the Ballona Creek Bike Trail. The park includes native plantings, bird -watching platforms, bike trail enhancements, seating areas, outdoor picnic areas, and an onsite stormwater capture and treatment system. Public improvements included green street measures within the Milton Street right-of-way abutting the park site, including new landscape, hardscape, and stormwater management facilities. REGISTRATION Daniel Rahe has 23 years of professional 2017/CA/Professional Land Surveyor/9425 land surveying experience on projects ranging in size from parking garages to large master -planned communities. In his current EDUCATION role as Senior Project Surveyor, Dan is responsible for survey project 2001/Coursework/Political management, agency and field survey coordination, proposal writing Science/University of Northern Colorado and estimating, as well as preparing tentative, final, and parcel maps. PROFESSIONAL AFFILIATIONS Experience Land Surveyors Association of %.-IidWti y 14111urli California ty College District, Campuswide Design Survey —Rancho Cucamonga Campus and Chino Campus, CF Project Manager providing campus -wide design survey services including EXPERIENCE aerial topographic survey map, boundary survey, encumbrance With Psomas for 8 years; with other mapping, utility mapping, and accessibility design survey. ) firms for 16 years �.aiiror'nia vcF,a, I-airview Developmental Center —Costa Mesa, CF Project Manager providing civil engineering and surveying services in support of DGS's evaluation of future uses of the facility. Scope of services included aerial topographic mapping, ALTA survey, record of survey, review of available record drawings, traffic studies, hydrology study, evaluation of projected demands and available capacity of existing facilities to serve them, and preparation of land use and infrastructure master plans. As part of the project, modeling of the proposed backbone domestic/fire and sanitary system was completed. The sanitary sewer modeling used the Costa Mesa Sanitary District methodology. Downey Unified School District, Topographic Design Surveys — Downey, CA: Survey Manager for conducting design surveying services under the current Bond program to fund repairs, upgrades, and new construction on Downey Unified School District campuses including Sussman Middle School, Columbus High School, and Warren High School. East Whittier School District, Campuswide Design Surveys Whittier, CA: Project Manager for design surveys for the 2020 Summer Modernization project at several elementary and middle schools in the East Whittier City School District. The schools included Hillview, Granada, and East Whittier Middle Schools, and DANIEL RAHE, PLS Mulberry, Evergreen, Ocean View, Orchard Dale, Ceres, and (continued) Leffingwell Elementary Schools. L. Camino College, _,.ew Music Building (Music Building Replacement) Survey Service — Torrance, CA: Project Manager provided land surveying service for the new 66,580 GSF Music Building with an estimated construction budget of $35.5 million. Psomas' scope of services included the preparation of a design survey and substructure utility detecting (SUE) services. Los Angeles Unified School District, Vanalden Early Education Center —Tarzana, CA: Project Manager provided land surveying services for the facility that serves as a daycare center for those in the Los Angeles Unified School District, serving up to 115 children each. The Vanalden Early Education project includes a limited design survey for underground utility locations. Psomas provided a survey map, streets right of way, easements, utility detection, several upgrades, and a color -coded subsurface utility deliverable provided to the client. Rancho Los Amigos National Rehabilitation Center Campus qe^^�•�}�^^ — F)owney, CA- Project Manager for providing professional services for Rancho Los Amigos, a 187-acre campus, expanding from 40 acres to 70 acres, shifting 3,000 jobs, and accommodating various county services within one private campus. The campus also provides publicly accessible open space for the neighboring community and end -users. Psomas provided survey and civil engineering services on the Design -Build contract for Phase 1 of this campus development. Services included the construction of three new buildings, the realignment and improvement of the entry drive known as Leeds Street, stormwater quality treatment, and a large central public park. Additional survey services included construction staking for buildings, building additions, structural footings, wet and dry utilities, and finish grades. City of LA, Civil Engineering and Design Support Services for StreetsLA (TOS 702) — Los Angeles, CA: Survey Manager for this StreetLA project to provide improvements to over 250 ramps. As a subconsultant to MGE, Psomas' scope includes surveying 250 ramps, utility coordination, curb ramp design, design services during construction, and construction management support services. The Psomas team services included 35%, 65%, 95%, and 100% PS&E plans for all LADOT curb ramps. The team follows a timely schedule and continues to remain within budget. GROSSMAN & SPEER ASSOCIATES, INC. STRUCTURAL ENGINEERS RESUME: Derrick Masulis, S.E. License # SE 6228 EDUCATION: 2008-2009 University of California at Los Angeles M.S. Degree, Structural Engineering 2003-2008 University of California at Los Angeles B.S. Degree, Civil Engineering EMPLOYMENT. 2020-Present Grossman & Speer Associates, Inc., Glendale, California President 2015-2020 Grossman & Speer Associates, Inc., Glendale, California Principal 2010-2015 Grossman & Speer Associates, Inc., Glendale, California Project Engineer 2008 Murray Engineers, Palo Alto, California — Lab Tech 2007 City of Milpitas Permit Center, Milpitas, California — Intern EXPERTISE: Seismic analysis and design of concrete, masonry, steel and wood structures, seismic evaluation studies, seismic rehabilitation, engineering reports, multi -story, retaining walls, pile foundations, commercial, governmental, industrial, manufacturing, and schools. Mr. Masulis has been Project Engineer and Engineer of Record on public school and college projects. He has experience working with the Division of State Architect on public school projects including design approval, addenda, change orders and closeout. Mr. Masulis' structural engineering career spans over 14 years and is focused on providing quality structural engineering consulting with an emphasis on seeing projects through to completion. ASSOCIATIONS: 2015-Present Structural Engineers Association of Southern California, Member 2019-Present American Society of Civil Engineers, Member 2019-Present International Code Council, Member LICENSES: 2015 Structural Engineer, California 2015 Civil Engineer, Washington 2011 Civil Engineer, California GROSSMAN & SPEER ASSOCIATES, INC. STRUCTURAL ENGINEERS k v0 e , It a RESUME: Andrew Schluter, S.E. License # SE 7200 EDUCATION: 2010-2014 University of California at Los Angeles B.S. Degree, Civil Engineering EMPLOYMENT. 2019-Present Grossman & Speer Associates, Inc., Glendale, California Principal 2014-2019 Grossman & Speer Associates, Inc., Glendale, California Project Engineer 2013 University of California at Los Angeles Department of Civil and Environmental Engineering - Course Reader EXPERTISE: Seismic analysis and design of concrete, masonry, steel and wood structures, seismic evaluation studies, seismic rehabilitation, value engineering, cost studies, preliminary engineering reports, multi -story, retaining walls, pile foundations, commercial, governmental, industrial, manufacturing, and schools. Mr. Schluter has worked on many public school and college projects requiring Division of State Architect approval which included design approval, construction change documents and closeout. Mr. Schluter's career spans over 10 years and aims to uphold the quality of work provided by Grossman & Speer since its founding. ASSOCIATIONS: 2013-Present American Society of Civil Engineers Member LICENSES: 2023 Structural Engineer, California 2017 Civil Engineer, California City of Santa Clarita RFP — Former Senior Center Building Assessment Joe C. Ablay, P.E., CEM, CEA, GBE Senior Mechanical/Plumbing Engineer Office: (909) 967-0236 E-mail: joe.ablay@iciengineers.com Mr. Ablay has more than 35 years of extensive engineering design and commissioning experience that involves large and complex projects in transportation, commercial, institutional, industrial, and government facilities. He is the founding president of ICI Engineers, Inc. Prior to founding ICI, he spearheaded major performance contracting organizations and developed several state facilities project programs that have been very successful in energy savings, infrastructure assessment, modernization, and upgrades. He has profound experience in comprehensive facility energy audit, commissioning process development, energy conservation measures development, system design, energy analysis and modelling. He has established a good working relationship with authority jurisdiction such as OSHPD, DSA, AFCEE Title 1& 2, counties and cities. One of his most outstanding project with LA Metro is the recently awarded LEED Gold certified Division 20 Location 64 Project, as the responsible Commissioning Authority (CxA). Some other engineering design that he had successfully built and fully operational include, Aquarium of the Pacific in Long Beach, Caesar's Palace Central Cooling and Heating Plant in Nevada, K-12 of LAUSD, UCLA Healthcare buildings, LA Metro Transportation facilities, and US -Air Force Base facilities. Registrations/Certifications • Registered Professional Engineer and NCEES record holder in the states of California, Nevada, Utah, Iowa, Washington, Tea, and Florida. • Certified Energy Manager, Certified Energy Auditor, Green Building Engineer and Certified Sustainable Development Professional Affiliations Los Angeles County Metro Transportation Authority (LA Metro) Sustainability Council - Board Member, June 2019-2020 American Society of Heating, Refrigeration, Air Conditioning Engineers (ASHRAE), Past Director of Southern California Chapter Member: Society of American Engineers, Association of Energy Engineers, American Society of Plumbing Engineers, American Society of Healthcare Engineers, California Society of Healthcare Engineers, US Green Building Council, IAPMO Education • B.S. in Mechanical Engineering, 1978, University of the East, Manila, Philippines • HVAC & Plumbing Systems Designs, 1986, UCLA • Fire Protection System Design, 1989, NFPA • Cogeneration Design, University of Wisconsin, 2000 • Graduate, Executive Program in Management, 2003, The Anderson School of Business, UCLA C©© Individual Resume -Joe C. Ablay RELEVANT PROJECT EXPERIENCE Los Angeles County MTA Division 20 Westside Subway Extension Location 64-LEED Enhanced Commissioning Authority (CxA) LEED Enhanced CxA for the construction of new 80,000 SF Location 64 rail support and maintenance facility. The facility had achieved LEED Gold certification. The commissioning included design phase and construction phase. Reviewed design documents to ensure Owner's Project Requirement was fully complied with incorporated into design documents. Developed commissioning plans and specifications. Developed commissioning pre -functional checklists and functional performance tests. Reviewed contractor submittal and work plan. Developed close out reports for final submission to owner. Los Angeles County LAC-USC Medical Center, Los Angeles, California 7 Building Campus Energy Audit and Assessment Performed comprehensive site building facility assessment and energy audit on 7 buildings with estimated total area of 1.10-Million square feet. The scope of work is for complete field visit, assessment of all the HVAC equipment, lighting and controls. It was discovered that the existing steam and chilled water piping underground/tunnel utilities has deteriorated insulations and leakages. A. Central cooling and heating plant - modeled new steam plant and chilled water plant equipment. The assessment report was the basis of the bid documents for construction. B. Old Main Hospital Building - 1929 built (replaced with new CHAI compliant building) C. Medical office building and Old Women's Children Hospital D. Out -Patient Building, Medical Examiner and Pharmacy Shops Eva Care Inc. Rehab & Services, Fillmore, CA Greenfield Care Center MEP/S Feasibility Study The existing skilled nursing facility building was built in 1972. The facility is a single -story building, 99-beds, 1-2 occupancy and V-A fully sprinklered construction type. The building cooling and heating system is served by one chiller and one hot water heating boiler mounted on the roof. Each patient room is served by a fan coil with control thermostat. The fan coil unit cooling and heating is served by a 2-pipe system configuration. This configuration means that cooling and heating can only happen one at a time and cannot be simultaneous. ICI performed a feasibility study to use packaged roof top gas -electric air conditioning units in lieu of the chiller and boiler plant as well as replacement of the 40 existing old fan coils with single coil to new fan coils with 2 coils for 4-pipe system use. The feasibility report was based on all applicable CA and local codes, provided comparative review of the operations maintenance cost and Rough Order of Magnitude (ROM) cost estimate for two (2) alternatives. Blacksmith.TV - Culver, CA Los Angeles Office Architectural, Engineering & Structural Assessment The building was designed and constructed in 1952 as a single -story brick masonry & wood framing building. Project scope includes a comprehensive mechanical/HVAC, and plumbing evaluation of the existing conditions for code compliance. The building evaluation consists of (1) review of existing mechanical and plumbing systems and provide recommendations for upgrades and replacements of analyzed systems; (2) a Rough Order of Magnitude cost estimate describing the recommended remediation to use in budgeting remediation scope for the proposed improvements. �,tj15© Individual Resume -Joe C. Ablay a��NE�s RES & Associates Consulting Engineers, Inc. 21821 Denise Lane, Santa Clarita, CA 91390 RESUME Rolando Sotelo, P.E. Principal Tel: (661) 373-0584 Electrical Engineer E-mail:Rolando@res-associates.com RES & Associates Consulting Engineers Inc. Mr. Sotelo has nearlu 35 years of professional electrical engineering, project management, and construction experience relating to the electrical building industry. Over the years, he has designed electrical systems for low and high rise buildings, tenant improvement projects, manufacturing facilities, computer centers, airport operations, colleges, elementary and high schools, industrial facilities, healthcare and telecommunication facilities. Mr. Sotelo has practical electrical construction, construction management and construction administration experience. Over the years, Mr. Sotelo developed electrical load studies, design criteria, due diligence reports, cost estimates, schedules, construction bid drawings, specifications and peer review. Mr. Sotelo was been involved in educational master planning of infrastructure systems for several K-12 school districts and community colleges. His more recent work also includes electrical designs for several multi -family and adaptive reuse projects. Mr. Sotelo previously designed new healthcare, government, institutional, correctional and municipal facilities. Mr. Sotelo has managed an electrical department of 15 engineers, designers, and drafters. He has also designed infrastructure high voltage power systems for hospitals and community colleges. Education UCLA: Electrical Engineering CSULB: BSEE & Graduate Courses in Electrical Engineering 1989 PE Registration EE, California — E17229 EE, Arizona — E48795 NCEES Record Membership National Society of Professional Engineers (NSPE) California Society of Professional Engineers (CSPE) Institute of Electrical and Electronic Engineers (IEEE) RES & Associates Consulting Engineers, Inc. Relevant & Current Projects Size: 485KSF: Retail Center with 5 multi -tenant buildings. Main services, Grey shell services and site lighting and power. Senior Center/Skilled Nursing Facilities Alhambra Healthcare and Wellness Center, Oasis Ave K & 10" St. Alhambra, CA Lancaster, California 2018 Manor Senior Apartments, Pasadena, CA Size: 20OKSF: Retail Center with 4 multi -tenant buildings. Park Anaheim Wellness Center, Anaheim, CA Main services, Grey shell services and site lighting and HCR Manorcare, Fountain Valley, CA power. Manorcare Hemet, Hemet, CA HCR Manorcare, Palm Desert, CA La Sierra Retail Center Riverside, California 2018 SCV Bridge to Home I Homeless Shelter Size: 25KSF: Retail Building with 4 tenants. Main service, (2022-2024) Grey shell services and site lighting and power. 23031 Drayton Street Santa Clarita, California 2022-2024 LA Turbine Size: 25KSF: 2 story 16 rooms Santa Clarita, California 2018 Size: 20KSF: Manufacturing machine shop. Front Porch Sunny View Manor Retirement Home (2020-Present) Valencia Travel Village Nurse Call Replacement Santa Clarita, California 2018 Size: 2000A Service Dining Room Interior Renovation upgrade and RVspace distribution. Cupertino, California 2023-Present Size: 5KSF: 1 story Dining Room NTS Recent & Current Projects Santa Clarita, California 2018 Size: 5KSF: New shaker building 2000 amp 480/477V. Documenting existing site electrical system. Ronald Reagan University MC (2022- Gratitude Charter School 2024) Los Angeles, California 2018-Present 6505 PET/CT Size: 25KSF: 2 story 16 Classrooms 2' Floor Cath Lab 3 2na Floor Cath Lab 1 Grit Charter School P-8 IDF Receptacles upgrade Los Angeles, California 2018-Present Helipad Replacement Size: 25KSF: 2 story 16 Classrooms Temp Sewage Pump Ejector MP200 6"' Floor OR Room Upgrade Fillmore Care Center MP200 Battery Replacement Fillmore, California 2018 Santa Monica University MC (2022-2024) Size: 25KSF: 1 story HVAC upgrade MNP AHU-8 Replacement Whole Foods A544 ED Digital X-ray Replacement Santa Clarita, California 2018 Bakery area remodel. Magnetom Avanto 2350 MRI Upgrade Room 2115 EOS Bone Density Replacement Chef Toys MNP 1478 Spec CT MNP AH-5 Replacement PI Level Pasadena, California 2018 Size: 20KSF: Retail AH-1 and AH-2 Replacement space renovation. AH-4 Replacement Car Wash and Auto Shop Lakewood, California 2018 Size: 20KSF: 2 single Amoretti - Noushib, Inc. story buildings. Oxnard, California 2019-Present Size: 23KSF: Warehouse and Cold Storage Build Reyes Winery Out with new offices, main electrical service, Newhall, California 2018-Present lighting, 35' 88 KFt3 cooler, and -10' 47 KFt3 Size: 15KSF: 3 story restaurant, and bar. Freezer. Alhambra Healthcare & Wellness Centre Alhambra, California 2019-Present Size: 20KSF: Emergency Generator Replacement & Sub -Acute Project. Plum Canyon Retail Center Santa Clarita, California 2018-Present RES & Associates Consulting Engineers, Inc. LAPO/FOLA Mall Carson, California 2017-2019 Size: 800KSF new retail mall, Currently in permitting process. Partnered with another mechanical engineer. High voltage design with 16KV system, 4- 3750kva 12kV/480V transformers and 480/277V 5000A services. All site lighting, common area and shell design to tenants. Design done in Revit. Cost SIB LAX — MSC Midfield Satellite Concourse Los Angeles, California 2017 Size: 750KSF: Provide building standards based on LAWA facility engineer's interviews. Review design engineer's documents for compliance. Cost SIB Marina Market Place Marina Del Rey, California 2018 New 2000A 480/277V Service Addition. Grace Baptist Church Santa Clarita, California 2018 Size: 20KSF: 2 story building JR/HS Center Higher Ground Day Care Santa Clarita, California 2018 Size: lOKSF: 1- story Daycare Center. Master's University Santa Clarita, California 2018 Size: 15KSF: 3 one story building renovations Teachers Buildings. Canyon Plastics Santa Clarita, California 2018 Size: 20KSF: 2000 amp 480/277V service upgrade and machine shop. 808 Broadway Downtown LA, California 2017 Size: 40KSF: 8 story building renovated live/work spaces. Copper Hill Medical Office Building Los Angeles, California 2018 Size: 30KSF: 2 two-story buildings Shell and TI's. Magic Mountain Blvd. & McBean Santa Clarita, California 2018 Size: 20KSF: 1 story buildings Shell and TI's. RES & Associates Consulting Engineers, Inc. Recent Project Experience K-12 Simi Valley Unified School District HVAC Equipment Replacement White Oak ES, Mountain View ES, Madera ES, Crestview ES, Garden Grove ES, Knolls Ave ES, Park View ES, Valley View MS Simi Valley, California 2017 Size: Various SF; The scope of work including replacing the existing HVAC units with new ones. The electrical engineering design for power included providing new branch circuits from existing panels and load calcs. The low voltage systems design included the conduits for the HVAC controls and the integration with the existing Fire Alarm system. The HVAC shut -down method varied by school depending on the existing Fire Alarm system and the new HVAC controls design. Trinity Classical Academy 2-Story Classroom and Multi -purpose Room Renovation for K thru HS Santa Clarita, California 2017 Size: 15,000 SF Cost: S1M Remodel to the existing space in a 2-story classroom and worship building. The project scope included addition of new partitions to create 17 new classrooms and remodel of existing multi -purpose room with Theatrical Lighting. Demolition of some existing partitions, re -appropriation of existing HVAC and reuse of existing lighting fixtures. The school serves students from K through grade 12. The electrical engineering design included power and low voltage systems. Signal and communication systems designs included public address, corrective clock, television, security, public address, and fire alarm. This remodel is phase 1 of a larger scope of work that includes a new 73KSF SIOM school building with a multi -purpose building. We are currently working on the design of the new school building. Additional Projects: Educational • West Covina Unified School District Merced and Orangewood ES Modernizations • Norwalk -La Mirada Unified School District Relocatable Classrooms • Rosemead Unified School District Master Planning Infrastructure • El Monte Unified School District District Maintenance Facilities • Pasadena Unified School District Sierra Madre ES • Los Angeles Unified School District New Schools Central LA Learning Complex #1 Gratts Elementary School Safetv & Technology Projects Gulf St. ES,Eshelman Ave. ES,Park Western Ave. ES,Locke Ave. SHS,Gompers Ave. MS Harbor City ES,Carson St. ES,Leland St. ES Annalee Ave. ES,Chapman St. ES,Purche St. ES Fire Alarm System Upgrade Projects Gulf St. ES,Locke Ave. SHS,Gompers Ave. MS,Harbor City ES,Carson St. ES,Annalee Ave. ES,Chapman St. ES,Purche St. ES, LeConte MS Building Renovation Projects • The Westwood Center Westwood, Ca. • 535 N. Brand, Glendale Ca. • 333 South Hope St., LA Ca. Tenant Improvements • California Plaza 2A 350 S. Grand Ave. • 1999 Avenue of the Stars Century City CA • California Plaza IA 300 S. Grand Ave. • Martin Luther King Drew Medical Center Women's Clinic Commercial Construction Projects • 407 N. Maple Office Building Beverly Hills, Ca. • Burbank Empire Office Building Burbank, Ca. • Farmers & Merchants Bank Long Beach, Ca. • Chipotle Restaurants Various Locations • Los Angeles County Parks and Recreation Adventure Park Multipurpose Bldg. Aerospace and Aviation • Airborne Express Inc., Maintenance & Operations Long Beach Airport Ontario Airport LAX San Diego Airport San Jose Airport • Lockheed Martin Skunkworks, Palmdale, Ca. • Hughes Aircraft, El Segundo, Ca. • LAX Terminals T4, T5, T6 Renovation • LAX New Baggage Facility • LAX Tom Bradley International Terminal Renovation Fire Stations • FS#65 Los Angeles, CA • FS#21 Los Angeles, CA • FS#89 Los Angeles, CA • FS#62 Los Angeles, CA • FS#4 Los Angeles, CA • Lompoc Sheriff/Fire Station • Lakewood Sheriff Station Correctional • Metro Detention Center Los Angeles, CA • Los Angeles Police Headquarters Los Angeles, CA RES & Associates Consulting Engineers, Inc. Higher Education • El Camino College Infrastructure Design Torrance, CA • Los Angeles Valley College Building Renovation • Pierce College New Science Building • Occidental College, Eagle Rock, CA Library Building Improvement • California State University, Northridge, CA Engineering Building Improvements • Maxine Waters, LA, CA Employment Preparation Center • Long Beach City College, Long Beach CA Peer Review for Academic Bldg. Renovation • Los Angeles City College, Solar Power Installation Government (California Dept. of General Serv. -DGS) • Veteran's Admin. Nursing Home Ventura, CA • Veteran's Admin. Nursing Home Lancaster, CA • Veteran's Admin. Main Nursing Home West Los Angeles, CA • Seymore Johnson AFB, Raleigh, NC (2010) • Laughlin AFB, Del Rio, TX (2010). Retail • Promenade Mall Woodland Hills Building Renovation • American Girl Place The Grove Los Angeles CA • West Covina Mall Renovation, West Covina, CA • Metreon Mall, San Francisco, CA (2010) Healthcare • Sharp Memorial Hospital, San Diego, CA • Glendale Adventist Hospital, Glendale, CA • Simi Valley Hospital, Simi Valley, CA • Cedars Sinai Medical Center (2010) • UCLA Santa Monica & Ronald Reagan MC's (2010,2022) Religious & Worship • New Life Church, Oxnard, CA • New Life Church, Newhall, CA • Real Life Church, Newhall , CA • Higher Vision Church, Valencia, CA • Grace Baptist Church Historical Landmarks • The Walker House, San Dimas, CA Senior Centers/Skilled Nursing Facilities • Alhambra Healthcare and Wellness Center, Alhambra, CA • Manor Senior Apartments, Pasadena, CA • Park Anaheim Wellness Center, Anaheim, CA • HCR Manorcare, Fountain Valley, CA • Manorcare Hemet, Hemet, CA • HCR Manorcare, Palm Desert, CA • Magnolia Gardens Skilled Nursing Facility, Granada Hills, CA • Lakewood Park Healthcenter, Downey, CA • Fresno Rehabilitation Center of Fresno, Fresno,CA KEY PERSONELL TIM DAVIS, PRINCIPAL EDUCATION: BS, Landscape Architecture - 1984 School of Environmental Design California State Polytechnic University, Pomona EXPERIENCE: Tim is a Licensed Landscape Architect with 38 years of experience. Tim oversees all aspects of the landscape design process, business development, proposal development, marketing assistance, staff training and project reviews, Computer Aided Drafting and Design (CADD) which encompasses a comprehensive scope of services such as: preliminary design concepts, construction documents, and on the job site observation duties of evaluating of the landscape contractors installation practices of irrigation mainline pressure tests, irrigation system coverage test, plant material selection and placement in compliance with public agency and landscape industry standards to minor grading adjustments due to site constraints and limitations and necessary construction observation reports. PROFESSIONAL REGISTRATION CA LIC #3353 PROFESSIONAL ORGANIZATIONS: American Society of Landscape Architects, Past Chairperson Design Review Board Member, City of Riverside, Unforgettables Foundation, City of Riverside Chamber of Commerce BENJAMIN MONTRELLA, PRINCIPAL/PROJECT MANAGER EDUCATION: Utah State University - 2003 Bachelor of Landscape Architecture Department Landscape Architecture/Environmental Planning EXPERIENCE: Ben is a Self -Employed landscape architect offering design services and continuing as consulting landscape architect for a variety of clients and projects in Southern California, Utah and Nevada. Typical work includes Construction Documents, Concept Plans. Projects range from large and small scale single and multi -family residential, live/work, mixed -use, commercial/retail, high -end estates, urban infill, various types of affordable housing, and landscape maintenance districts/R.O.W. PROFESSIONAL REGISTRATION LANDSCAPE ARCHITECT LICENSURE: CA, NV, UT & AZ STEVEN SANHAMEL, PROJECT MANAGER EDUCATION: BS, Landscape Architecture - 1993 School of Environmental Design California State Polytechnic University, Pomona EXPERIENCE: Steven is a Licensed Landscape Architect with over 25 years of experience. Steven oversees all aspects of the landscape design process which encompasses a comprehensive scope of services such as: preliminary design concepts, construction documents, and on the job site observation duties of evaluating of the landscape contractors installation practices of irrigation mainline pressure tests, irrigation system coverage test, plant material selection and placement in compliance with public agency and landscape industry standards to minor grading adjustments due to site constraints and limitations and necessary construction observation reports. PROFESSIONAL REGISTRATION CA LIC #4352 CERTIFICATIONS • State of California Certified Asbestos Consultant No. 92-0618/03-3494 • State of California Department of Public Health Lead Related Inspector/Assessor No. LRC-00000118 • Council -certified Indoor Environmental Consultant I (CIEC) No. 1806006 • Bachelor of Architecture -University of Miami 1983 EXPERIENCE: • L.A. Dept of Public Works • L.A. County Internal Services Division • Guidewire/Golden Living Center • University of California, L.A. (UCLA) • City of Los Angeles • City of Santa Monica • City of San Jacinto • U.S. General Services Administration (GSA) • Long Beach Unified School District • Los Angeles Unified School District • San Bernardino City Unified School District • Irvine Unified School District • Los Alamitos Unified School District • Mt. San Antonio Community College • Garden Grove Unified School District • Santa Ana Unified School District • Irvine Company • Sunstone Investment Properties HENRY M OR E N, PRINCIPAL I PROGRAM MANGER EXPERIENCE Founderand Principal/Program Manager of Bainbridge Environmental Consultants Inc. (Bainbridge). With a career spanning over four decades, he possesses a unique blend of knowledge and expertise in both the architectural/construction fields and industrial hygiene/environmental fields. Mr. Moreno's leadership has been instrumental in successfully overseeing numerous projects involving inspections, abatement/remediation design, and project management. He has also provided invaluable expert testimony, offering support to clients facing regulatory, legal, and contractual business litigation related to indoor air quality concerns, such as asbestos, lead, mold, and other regulated materials. Notably, Mr. Moreno's input has been sought in cases involving change orders, RFI's, and contractual disputes for large-scale renovation, repair, and demolition projects. His unwavering dedication to each project has fostered enduring relationships with clients. Areas of expertise include: • Survey, Investigation and Contract Specifications for Asbestos, Lead -based Paint, Mold, and other contaminants. • Review Abatement Contractor submitted Plans and Cost Estimates for Abatement Work. • Abatement Monitoring during Construction Mr. Moreno holds a Bachelor of Architecture from the University of Miami. He is a graduate alumnus of the Goldman Sachs 10,000 Small Business National Program and is an active board member of the Southern California Indoor Air Quality Association (IAQA). ROLE FOR THIS PROJECT Mr. Moreno will bethe primary contactforthis contract. Hewill provide management, technical and administrative support and review of all services proposed and performed for this contract. 14251 Firestone Blvd., Suite 140, La Mirada, CA 90638 • Tel (213) 921-4884 • Fax (714) 247-0025 CERTIFICATIONS • State of California Certified Asbestos Consultant No. 92-6730 • State of California Department of Public Health Lead Related Inspector/Assessor No. LRC-00002718 • State of California Department of Public Health Lead Related Project Monitor No. LRC-00011294 • Council -certified Microbial Consultant (CMC) No. 2306028 • NIOSH 582 Certified Microscopist • OSHA 40 Hour HAZWOPER No. 115309 • Bachelor of Science in Criminal Justice Administration - University of Phoenix 2020 EXPERIENCE: • ECC / NAVFAC • L.A. County Dept. of Public Works • L.A. County Internal Services Division (ISD) • University of California, L.A. (UCLA) • Cal State L.A. • U.S. General Service Administration GSA • U.S. Department of Interior • California Highway Patrol (CHP) • Long Beach Unified School District • Los Angeles Unified School District • Fullerton Joint Union High School District • San Bernardino City Unified School District • Irvine Unified School District • Garden Grove Unified School District GAGE THOM?'-�-'__ DIRECTOR OF OPERATIONS SR. PROJECT MANAGER EXPERIENCE Mr. Thompson is a California Certified Asbestos Consultant and a Lead Related Construction Inspector/Assessor and Project Monitor. He is NIOSH 582 Certified, a Council- certified Microbial Consultant and holds a 40-Hr HAZWOPER Certificate. He has been with Bainbridge Environmental Consultants for eight (8) years. During his time at Bainbridge, Mr. Thompson has demonstrated ability in leadership and discipline skills to carry out complex projects. Mr. Thompson has performed and overseen numerous surveys as well as monitoring projects related to asbestos, lead -based paint, mold and other hazardous materials. Areas of expertise include: • Survey, Investigation and Contract Specifications for Asbestos, Lead -based Paint, Mold, and other contaminants. • Review Abatement Contractor submitted Plans and Cost Estimates for Abatement Work. • Abatement Monitoring during Construction Mr. Thompson holds a degree in Bachelor of Science in Criminal Justice Administration from the University of Phoenix. He is a former United States Marine Sergeant (Rank E-5) and MOS: MILITARY POLICE (5811). ROLE FOR THIS PROJECT Mr. Thompson will be the Sr. Project Manager for this project. He will supervise field personnel, oversees project timelines, keep schedules, attend meetings, and ensure projects are performed in accordance with all applicable Federal, State, and local regulations. 14251 Firestone Blvd., Suite 140, La Mirada, CA 90638 • Tel (213) 921-4884 • Fax (714) 247-0025 Henry Moreno Certifications State of California Division of Occupational Safety and Health Certified Asbestos Consultant Certifioahon No. __03i4giv._ { Expires an__.�� d rma eaee<^:+n„n was �� .ea by ma9m'�s�oe al O¢upauarul balaey ane. npaM ae aulhotlzed by $9aI.Y % f W al ae of the Suamass antl '" Prgipaagna CWa.. dOM. STATE OF CALIFOKMA 97 -'C. if is CJ •patcincnv of DEPARTMENT OF PUBLIC IIEALTH ;� y 'PublicHealth LEAD -RELATED CONSTRUCTION CERTIFICATE IN'DA'IDLAL: CERTIFICATE r.TE: NUMBER: EXPIRATION ➢.ATE: Lead Inspect/A LRC-00000118 6/19/2025 H.—Y M.— Disc3aima_ This documevv alone should not be relied upov vo confirm ceniScavov Brans_ Compare the wdividual's phovo avd name va avother valid f of gorni issued phovo idrnvficaeon Verify vhe individual's cervificavion sratus by searching far Lead -Related Coasvnetion Professionals at vnnv.cdnh.ca.gav/wograms/clnob or calling (800) 597-LEAD American Council for Accredited Certification Henry A. Moreno has tnnl all die, spenlic slaudurds and rpcil,ifirarions nrd" rcpmrrns, min ding coniarnn.] dcnrlopmcny :uul it 1"n'1" n--ccrtiliicd asa CIEC Council-ccrtilicd Indoor Environmental Consultant 11%, c hfi ate expues on]une 30, 2026 1�11.,77/ Ld 1306006 chvkc 1. Ea-' Ccru(i—ntmb- 'I h"vc 4wRoues the pmP'n'ofthe 1 for^_.'Iitcd Ccrcai�tinn, 14251 Firestone Blvd., Suite 140, La Mirada, CA 90638 • Tel (213) 921-4884 • Fax (714) 247-0025 Gage Thompson Certifications State of California GAGE V. THOMP50N Division of Occupational Safety and Health Certified Asbestos Consultant Gage %Jhempso x Certification No. � Expires on This certification was issued by the Division of BOARD CERTIFIED O1' $kZ O�]02$ Occupational Safety and Health as authorized Y 3 1 by Sections 7180 el seq. of the Business and �C>.� EXtl. 7/31/2025 Professions Code. V`(+Q_ CO i111 J ed Microbe STATE OF CALIFORNIA California 1)cpartencnt of DEPARTMENT OF PUBLIC HEALTH /PublicHealth LEAD -RELATED CON STRUCTIUN CERTIFICATE LNDIVIDUAL: CERTIFICATE TYPE: NUMBER: EXPIILXTION DATE: Lead Inspectorl ssessor LRC-00002718 11/13/2024 IL Lead Project Monitor LRC-00011294 &112024 Gage Thompson Disclaimer: This document alone should not be relied upon to confirm certification status. Compare the iudiv dual's photo and name to another valid form of government issued photo identification- Verify the individual's certification status by searching for Lead Related Construction Professionals at nnvw__cdph_ca_gov/proArams.rcfppb or calling (800) 597-LEAD .... a CZertifirate of Qyatnvletion Gage Thompson , 6x.m�c'«cJ:�Loi��o[e,�nlo,k fo..i«.e.3ftlIF�.+mylxrinR+l� 9 2022 Hazwoper 8 Hour Refresher 0SH4'9 t'FR l910. l 26, Ili'h 6+ 4 Hoy,,, 0c ber24,102, 7ehific , Nmnb,:.'.033CN g 4' TRA WING IDEA=ICA7I0N Gage Thompson OSHA 2 2022 Hazwoper S CERTMCATE. L UbARER lr� ATE eTrainin _ L-t: etraintoday.conr 815-556-' 14251 Firestone Blvd., Suite 140, La Mirada, CA 90638 • Tel (213) 921-4884 • Fax (714) 247-0025 Anthony Norelli Certifications State of California Division of Occupational Safety and Health Certified Site Surveillance Technician Anthony L Norellf blame Certification No, 22-7148 Expires on AZd&25— �. Ths Ceffea an was issued by Ne avt&ica of 0eplpat0rat Safety and Heaitl as auUgnzed by Sectors 710 A seq. of the gusiness and Prolmors Cade LEAD SAF FTY FOR RENC71IATICIN,. REPAIR 8. PAINTIW6 IN TIAL - EWAISH Anthony Norelli CENT 0 Ra-171Si-11.01t51 T,a-rj Dala 12123/2021 Eraea Daw 11/23/2021 �. E.Prahan 121231202b d,ji c 115axWe+NroO l„ AI11y.Y3NIP CA 91B N i-EC Internationsi. Inc. ae ?,�t�, /.tr.I..f:r.�.wrtir.Gl iillSlq��w,r ae... pNW.tAMNI 8"94228 1 WWW,NATEClrA-=m SPATE OF CALEFORN114 - California i) e F r t n en r of DEPARnJINT OF PLBLEC HEALTH f PublicHlealth LEAD -RELATED CONSTRUCTION CERTIFICATE INDIVH]UAL: CERTIFICATE TYPE: NUMBER: EXPIRATION DATE: Lead Sampling Technician LRC-00010063 8/7/2024 , Renewal certificate is in the mail. Anthony Norelli Disclaimer: This document alone should not be relied upon to confirm certification status. Compare the individual's photo and name to another valid form of government issued photo identification. Verify the individual' & certification status by searching for Lead -Related Construction professionals at www.cdph.ca.Rw/programsk1ppb or calling (800) 597-LEAD .1111001111— American Council for Accredited Certification herehe certifies chat Anthony- Norelli Ives melall die epe I1 sbu,dude -d q-1ilieauery utdx ,cruti(icxuun pic.ress, indt &,g conunued professional dei'elopme and is hereby recerutied as a CSMI Council -certified Structural Mold Investigator TTh`is'ceAficate expires o—Novenrher 30, `10Y5. Cigse! �—f^ 2111011 Chvl.� F W acx a ...Kc ll C-ofi— V,un6a This curificsuc ar msd,cP,Y+P_ufI.A.cricm Conuril far Acacditul Cufindon, 14251 Firestone Blvd., Suite 140, La Mirada, CA 90638 a Tel (213) 921-4884 a Fax (714) 247-0025 Marco Silva Certifications N� suft of Cam[,*,_( Division of Occllpedo" W r:.' , 1nd Certlffed Site Sufvell1laTeci Technician I 0ord (;� N 1M694 - ExV -.. t2i1 B124 LEAD SAFETY FOR RENOVATION, REPAIR 6 PAINTING INITIAL - ENGLISH Marco Silva aRT 9 R_1.191S7-21-01106 Tne N Dote IZJ0412021 Ea Dote 12104IN22 Up, — W04/1n26 Address 4746Vd1 w0WE,CI. NRCA9I?W btc "w- >m la.-�.Iuo�:�ra.an.ngtit.�6ss.,ncrRsemo, �asm N ATEC international, Inc. MPI,.d*WbtwurfaxlrArWx.tl�510[W-�pin OMkIJfYH MW-t6¢3M I wentRATECInUm �e a STATE OF CALIFORNIA 1 (A€nnu,l Dci+artmenl,I DEPARTMENT OF PUBLIC HEALTH PublilcHealth LEAD -RELATED CONSTRUCTION CERTIFICATE INDI%IDI,AL: CERTIFICATE TYPE: NUMBER: EXPIRATION BATE: Lead. Sampling Technkian LRC-00006351 Y22/2025 Marco Silva Disclaiulrr: This dmc ut alone should not be relied upon to coufrrm certification stanut. Compare the imt"dual's photo and name to another valid fotrt of gov...ut issued photo ideaufzcaui Velvfy the tndivtdual's c aificatio. Slants by searching for Lead -Related Construction Professionals at —cdphca.2o tPFo¢mmsfclnpb ar calling (NO) 597-LEAD ArAmerican Council for l Accredited Certification IvR rcn fl i6n Marco A. Silva nn« xv, xn �nr a>rdr,�slanax�4« xxh q��,lir�x�.�xs �r:hT �.-ma�lr.,l�x tn3rr�. xxhxlixq �vxvininl px�fsr.mwlde�r6ilrxxxi,:nxl i� lu��rly n=..=nifx�P:u x CMI Counciltrcrtif ied Microltiad Inaestiptor /"n��is rcni6mie e.Tim <n \"enenJxr,'�1,'�M L. �l.+z--J',4LG- miiiron 14251 Firestone Blvd., Suite 140, La Mirada, CA 90638 - Tel (213) 921-4884 - Fax (714) 247-0025 Michael Puno Certifications State of California Division of Occupational Safety and Heal; , Certified Site Surveillance Technician Michael A Puno Nome Certification No. 1M297 Expires on 11115124 Thu oemfieauon was iy�ueA by the aNsuon of O—hlal SMOa and H2Oh as Ouh-d np SELIIOf151817 Et 52q dthe EwAngW a'tl =�a25vo�; cam= LEAD SAFETY FOR RENOVATION, REPAIR & PAINTING INITIAL ENGLISH Michael Puno CERT I R-1 19152.21.02102 r.arv�g dace l2/Oo(M21 E.am Date 121N/2WS f.pi-- 12/002026 Add—IISNo.1h4 WeT,Anah—CA92805 Yp Dve , Y Llls runr isaan�sd: AS Rpirgi'pYtmap CFF Spma. 215 T15 ATEC International, Inc. n� r a,w. vsa.A,e.w, riNlu esc�adn.. o++-a w Nm 800-%932N I WWW NATECHI.., 14251 Firestone Blvd., Suite 140, La Mirada, CA 90638 • Tel (213) 921-4884 • Fax (714) 247-0025 JACQUELINE CHAN President I Cost Estimator Founded in 2014, KPJ consulting is MBE/WBE/SBE certified. Jacqueline, the President of KPJ Consulting, has more than 21 years of experience in the construction industry. She has worked on a variety of project types, including historical buildings, higher education, government, hospitals, laboratories, K-12 schools, hospitality, residential, zoological and theme parks with budgets ranging in value from less than $1 million to more than $200 million. In her role as a Senior Cost Manager, Jacqueline is especially skilled providing accurate budgets at the early programming and conceptual phases of a project when that accuracy is critical to a project's ultimate success. She achieves that through early advice during design phase and create functional solutions to meet budget expectations. Cities/Counties Project Experience City of Baldwin Park, Zocalo Civic Plaza, Baldwin Park, CA City of Burbank, Starlight Bowl, Amphitheatre Transformation, Burbank, CA Position in Firm City of Claremont, the Claremont Museum of Art At The Depot, Claremont, CA President Role on Project City of El Segundo, Recreational Pool Study, El Segundo, CA Senior Cost Estimator City of Los Angeles, Hollywood Recreation Center, Los Angeles, CA Length of Association/Total Years in Field City of Los Angeles, Algin Sutton Pool Replacement, Los Angeles, CA s years/ 22 years City of Los Angeles, LA/G WRP Personnel Buildings, Los Angeles, CA Level ofEducation of Business Administration, Royal Melbourne Institute of City of Los Angeles, Civil and Human Rights Department Tenant Improvement, Los Technology University Angeles, CA Grenoble School of Management, Innovation Management City of Los Angeles, Madrid Theatre Renovation, Los Angeles, CA UCLA Extension, Award in General Business Studies City of Los Angeles, Aetna Bridge Home Program, Los Angeles, CA Bachelor of Science, Construction Quantity Surveying, Royal City of Los Angeles, Washington Irving Library Rehabilitation , Los Angeles, CA Melbourne Institute of Technology University City of Long Beach, Center for Inclusive Business & Workforce Development, Long Beach, CA Professional Certifications/ Licenses/Registrations City of Santa Ana, Giant River Otter and Howler Exhibits Santa Ana Zoo at Prentice Park, NA Santa Ana, CA City of San Clemente, Ole Hanson Beach Club & Pool Rehabilitation, San Clemente, CA City of Santa Fe Springs, Aquatic Center, Santa Fe Springs, CA City of Santa Monica, Fire Station 5 Dormitory Tenant Improvements, Santa Monica, CA City of Whittier, Whittier City Hall East Wing Assessment, Whittier, CA City of West Hollywood, Log Cabin Refurbishment & Expansion, West Hollywood, CA Section F. Forms Page 49 CITY OF SANTA CLARITA PROPOSAL # CIP-24-25-F0006 NOTICE TO PROPOSERS REGARDING CONTRACTUAL REQUIREMENTS PROPOSAL # CIP-24-25-F0006 Former Senior Center Building Assessment City Project No. F0006 City of Santa Clarita, California 1. SUMMARY OF CONTRACTUAL REQUIRMENTS a. A contract is required for any service performed on behalf of the City of Santa Clarita (City). b. By submitting a proposal, you have reviewed the sample contract documents contained within this request for proposals and agree to be bound by the requirements set forth. c. Questions and requests for modification of these terms must be negotiated and approved prior to proposal submission and are at the full discretion of the City. 2. SUMMARY OF INDEMNITY AND INSURANCE REQUIREMENTS a. These are the Indemnity and Insurance Requirements for Contractors providing services or supplies to City of Santa Clarita (City). By agreeing to perform the work or submitting a proposal, you verify that you comply with and agree to be bound by these requirements. If any additional Contract documents are executed, the actual Indemnity language and Insurance Requirements may include additional provisions as deemed appropriate by City's Purchasing Agent. b. You should check with your Insurance advisors to verify compliance and determine if additional coverage or limits may be needed to adequately insure your obligations under this agreement. These are the minimum required and do not in any way represent or imply that such coverage is sufficient to adequately cover the Contractor's liability under this agreement. The full coverage and limits afforded under Contractor's policies of Insurance shall be available to Buyer and these Insurance Requirements shall not in any way act to reduce coverage that is broader or includes higher limits than those required. The Insurance obligations under this agreement shall be: 1—all the Insurance coverage and limits carried by or available to the Contractor; or 2—the minimum Insurance requirements shown in this agreement, whichever is greater. Any insurance proceeds in excess of the specified minimum limits and coverage required, which are applicable to a given loss, shall be available to City. c. Contractor shall furnish the City with original Certificates of Insurance including all required amendatory endorsements and a copy of the Declarations and Endorsement Page of the CGL policy listing all policy endorsements to City before work begins. City reserves the right to require full -certified copies of all Insurance coverage and endorsements. 3. INDEMNIFICATION a. To the fullest extent permitted by law, CONSULTANT shall defend (with legal counsel reasonably acceptable to CITY), indemnify and hold harmless CITY and its officers, agents, departments, officials, representatives and employees (collectively "Indemnitees") from and against any and all claims, loss, cost, damage, injury (including, without limitation, economic harm, injury to or death of an employee of CONSULTANT or its subconsultants), expense and liability of every kind, nature and description that arise from or relate to (including, without limitation, incidental and consequential damages, court costs, attorneys' fees, litigation expenses and fees of expert consultants or expert witnesses incurred in connection therewith and costs of investigation) that arise from or relate to, directly or indirectly, in whole or in part, from: (1) CONSULTANT's performance of Services under this Agreement, or any part thereof; (2) any negligent act or omission of CONSULTANT, any subconsultant, anyone directly or indirectly employed by them, or anyone that they control; (3) any actual or alleged infringement of the patent rights, copyright, trade secret, trade name, trademark, service mark or any other intellectual or proprietary right of any person or persons in consequence of the use by CITY, or any other Indemnitee, of articles or Services to be supplied in the performance of this Agreement; or (4) any breach of this Agreement (collectively "Liabilities"). Such obligations to defend, hold harmless and indemnify any Indemnitee shall not apply to the extent such Liabilities are caused by the sole negligence or willful misconduct of such Indemnitee, but shall apply to all other Liabilities. The foregoing shall be subject to the limitations of California Civil Code section 2782.8 as to any design professional services performed by CONSULTANT and in particular the limitation on CONSULTANT's duty to defend whereby such duty only arises for claims relating to the negligence, recklessness or willful misconduct of CONSULTANT as well as the limitation on the cost to defend whereby CONSULTANT will only bear such cost in proportion to CONSULTANT's proportionate percentage of fault (except as otherwise provided in section 2782.8). b. The foregoing indemnification provisions will not reduce or affect other rights or obligations which would otherwise exist in favor of the CITY and other Indemnitees. c. CONSULTANT shall place in its subconsulting agreements and cause its subconsultants to agree to indemnities and insurance obligations in favor of CITY and other Indemnitees in the exact form and substance of those contained in this Agreement. 4. INSURANCE a. Before commencing performance under this Agreement, and at all other times this Agreement is effective, CONSULTANT will procure and maintain the following types of insurance with coverage limits complying, at a minimum, with the limits set forth below: Type of Insurance Limits Commercial general liability: $1,000,000 Professional liability $1,000,000 Business automobile liability $1,000,000 Workers compensation Statutory requirement b. Commercial general liability insurance will meet or exceed the requirements of ISO-CGL Form No. CG 00 011185 or 88. The amount of insurance set forth above will be a combined single limit per occurrence for bodily injury, personal injury, and property damage for the policy coverage. Automobile coverage will be written on ISO Business Auto Coverage Form CA 00 0106 92, including symbol 1 (Any Auto). Liability policies will be endorsed to name CITY, its officials, and employees as "additional insureds" under said insurance coverage and to state that such insurance will be deemed "primary" such that any other insurance that may be carried by CITY will be excess thereto. Such endorsement must be reflected on ISO Form No. CG 20 10 1185 or 88, or equivalent. Such insurance will be on an "occurrence," not a "claims made," basis and will not be cancelable or subject to reduction except upon thirty (30) days prior written notice to CITY. c. Professional liability coverage will be on an "occurrence basis" if such coverage is available, or on a "claims made" basis if not available. When coverage is provided on a "claims made basis," CONSULTANT will continue to renew the insurance for a period of at least three (3) years after this Agreement expires or is terminated, such insurance will have the same coverage and limits as the policy that was in effect during the term of this Agreement, and will cover CONSULTANT for all claims made by CITY arising out of any errors or omissions of CONSULTANT, or its officers, employees or agents during the time this Agreement was in effect. d. CONSULTANT will furnish to CITY duly authenticated Certificates of Insurance evidencing maintenance of the insurance required under this Agreement, including endorsements, and such other evidence of insurance or copies of policies as may be reasonably required by CITY from time to time. Insurance must be placed with California -admitted insurers with (other than workers compensation) a current A.M. Best Company Rating of at least "A:VII." e, Waiver of Subrogation: The insurer(s) agree to waive all rights of subrogation against CITY, its elected or appointed officers, officials, agents, volunteers and employees for losses paid under the terms of the workers compensation policy which arise from work performed by CONSULTANT for CITY. f. Should CONSULTANT, for any reason, fail to obtain and maintain the insurance required by this Agreement, CITY may obtain such coverage at CONSULTANT's expense and deduct the cost of such insurance from payments due to CONSULTANT under this Agreement or terminate pursuant to TERMINATION section. In the alternative, should CONSULTANT fail to meet any of the insurance requirements under this Agreement, City may terminate this Agreement immediately with no penalty. g. Should CONSULTANT'S insurance required by this Agreement be cancelled at any point prior to expiration of the policy, CONSULTANT must notify City within 24 hours of receipt of notice of cancellation. Furthermore, CONSULTANT must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancellation. CONSULTANT must ensure that there is no lapse in coverage. h. The CITY shall be entitled to any coverage in excess of the minimums required herein. have read and understand the above requirements and agree to be bound by them for any work performed for the City. Authorized Signature, Date: Printed Name: DESIGNATION OF SUBCONTRACTORS/SUBCONSULTANTS PROPOSAL # CIP-24-25-F0006 Former Senior Center Building Assessment City Project No. F0006 City of Santa Clarita, California 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. 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 Grossman & Speer Associates, Inc. PW-LR-1000779841 $5,800 Location and Place of Business 529 Hahn Avenue, Suite 200, Glendale, CA 91203 Bid Schedule Item No's: Description of Work Structural Engineering Services License No. Exp. Date: / / Phone ( ) Derrick Masulis - S 6228 03/31/26 (818) 507-1020 Subcontractor DIR Registration No. Dollar Value of Work ICI Engineers, Inc. PW-LR-1000366242 $23,666.90 Location and Place of Business 4000 Valley Blvd. Ste. 105, Walnut, CA 91789 Bid Schedule Item No's: Description of Work Provide mechanical and plumbing assessment report to provide recommendations on future capital repair and replacement costs. License No. Exp. Date: / / Phone ( ) 00127697 09/30/25 (909) 444-1800 Subcontractor DIR Registration No. Dollar Value of Work Psomas PW-LR-100010904 $36,300 Location and Place of Business 27200 Tourney Road, Suite 120, Santa Clarita, CA 91355 Bid Schedule Item No's: Description of Work Engineering services License No. Exp. Date: / / Phone ( ) N/A N/A (661) 705-4412 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. DESIGNATION OF SUBCONTRACTORS/SUBCONSULTANTS PROPOSAL # CIP-24-25-F0006 Former Senior Center Building Assessment City Project No. F0006 City of Santa Clarita, California 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. 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 Bainbridge Environmental PW-LR-100011422 $11,198 Consultants, Inc. Location and Place of Business 14251 Firestone Blvd., Suite 140, La Mirada, CA 90638 Bid Schedule Item No's: Description of Work Asbestos, Lead -based Paint, and Mold Testing License No. Exp. Date: / / Phone ( ) CAC #92-0618/03-3494 12/12/24 (213) 921-4884 or (714) 247-0024 Lead #LRC-00000118 06/19/25 Subcontractor DIR Registration No. Dollar Value of Work RES Associates Consultants, Inc. $6,000 Location and Place of Business 21821 Denise Lane, Santa Clarita, CA 91390 Bid Schedule Item No's: Description of Work Provide electrical assessment report to provide recommendations on future capital repair and replacement costs. License No. Exp. Date: / / Phone ( ) E 17229 06/30/26 (661) 373-0584 Subcontractor DIR Registration No. Dollar Value of Work Webb Foodservice Design PW-LR-100058597 $7,000 Location and Place of Business 1530 S Lewis St, Anaheim, CA 92805 Bid Schedule Item No's: Description of Work Kitchen assessment License No. Exp. Date: / / Phone ( ) N/A N/A (714) 244-5690 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. DESIGNATION OF SUBCONTRACTORS/SUBCONSULTANTS PROPOSAL # CIP-24-25-F0006 Former Senior Center Building Assessment City Project No. F0006 City of Santa Clarita, California 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. 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 Wilson Davis Associates PW-LR-1000779841 $5,880 Location and Place of Business 2825 Litchfield Dr., Riverside, CA 92503 Bid Schedule Item No's: Description of Work Landscape assessment services License No. Exp. Date: / / Phone ( ) 3353 07/31 /25 (951) 353-2436 Subcontractor DIR Registration No. Dollar Value of Work KPJ Consulting PW-LR-1000366242 $8,500 Location and Place of Business 3461 Rosewood Ave., Los Angeles, CA 90066 Bid Schedule Item No's: Description of Work Cost estimating services License No. Exp. Date: / / Phone ( ) 00127697 09/30/25 (213) 800-1568 Subcontractor DIR Registration No. Dollar Value of Work 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. REFERENCES PROPOSAL # CIP-24-25-F0006 Former Senior Center Building Assessment City Project No. F0006 City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which proposer has performed workof 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. County of Los Angeles, Internal Services Department (ISD) 1100 N Eastern Ave., Los Angeles, 1. CA 90063 Name and Address of Owner / Agency Bahram Solhjou (310) 598-8454 Name and Telephone Number of Person Familiar with Project Bioscience LA (formerly Culver City Courthouse $110,000 MEP & ADA Building Assessment 10/14/2019 Contract Amount Type of Work Date Completed County of Los Angeles, Internal Services Department (ISD) 1100 N Eastern Ave., Los Angeles, 2. CA 90063 Name and Address of Owner / Agency Andre Attai (213) 547-3725 Name and Telephone Number of Person Familiar with Project Camp David Gonzales $440,000 Campus Buildings & Site Assessment 1/15/2023 Contract Amount Type of Work Date Completed County of Los Angeles, Department of Public Works (DPW) 900 S. Fremont Ave., Alhambra, CA 91803 Name and Address of Owner / Agency Alioune Dioum (949) 648-0456 Name and Telephone Number of Person Familiar with Project LA County Health Services Building $110,000 Water Intrusion, MEP & ADA Assessment 7/17/2023 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: ACKNOWLEDGEMENT & ACCEPTANCE OF SCOPE OF WORK PROPOSAL# ClP-24-2S-F0006 Former Senior Center Building Assessment City Project No. F0006 City of Santa Clarita, California By providing the three (3) required signatures below, the Contractor acknowledges full understanding, complete agreement to, and accepts in its entirety, all Scope of Work for the Former Senior Center Building Assessment. The Contractor will be expected to perform maintenance practices and uphold the standards herein to the established Scope of Work throughout the length of the contract. *Supervisor's Signature: *Estimator's Signature: *Owner's Signature: *All three signatures required wk,a CITY OF SANTA CLARITA DISCLOSURE STATEMENT PROPOSAL # CIP-24-25-F0006 Former Senior Center Building Assessment City Project No. F0006 City of Santa Clarita, California The following information must be disclosed: 1. List the names of all persons having a financial interest in the Request for Proposals. Hal Fremer, AIA 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 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 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. N/A NOTE; Attach additional pages as necessary. Signature f Offero Print or Type Name of Offeror to t W I ko;Ar- Cate E UAL OPPORTUNITY AFFIRMATIVE ACTION STATEMENT PROPOSAL It CIP-24-25-F0006 Former Senior Center Building Assessment City Project No. F0006 City of Santa Clarita, California 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. Signatu 'k-i ••• Name and Title 0 �7T Addendum No. 1 PROPOSAL # CIP-24-25-F0006 Former Senior Center Building Assessment City of Santa Clarita, California Addendum No. 1 September 17, 2024 This addendum must be acknowledged via BidNet and should be included with the proposal response. There was a non -mandatory, pre -proposal meeting on September 17, 2024 beginning at 10:00 AM (PT). The meeting was located at 22900 Market Street, Santa Clarita, CA 91355. Attending Staff: • Michele Arima — Buyer, Administrative Services • Alan Stump —Senior Engineer, Public Works • Cassidy Skelton — Facilities Administrator, Neighborhood Services • Amber Rodriguez - Senior Management Analyst, Neighborhood Services • Patricia Lacsamana — PTS Office Clerk, Administrative Services Attending Vendors: • Dan Puengprechawat, Fremer Architects • Joni Ablay, Fremer Architects The following auestions were asked and answered: Q1) Will you be keeping the building the same as it is now? Al) There is a possibility that it will be a Cultural Center but for now, we will be keeping it the same as it is. Q2) Will another department be taking over the parking in the rear? A2) We may be using that for a maintenance easement. Q3) Is there a retaining wall at the rear of the building? A3) Yes Q4) Do you want us to survey the drainage on the hillside behind the building? A4) We would like you to analyze the drainage around the building and give us your assessment. Q5) Is there any water damage? A5) Yes, in the room at the back and on the outside of that room (Logistics room). We are looking for recommendations to fix water damages and drainage issues. Q6) Is the building 10,000 square feet? A6) Approximately 11,400 square feet. 91i1li31MWKi1I2FZA ►I.M7818181.". ♦� a AFA�SdarcilM��� Q7) Are there only one set of restrooms in the building? A7) No, there are more listed on the plans. Q8) Is the budget you have a hard number? A8) No, we are asking for your estimate. Addendum No. 1 September 17, 2024 Q9) Is the side building trailer included in the assessment? Parking Lot included? A9) No, the side building trailer is not included in the requested assessment. The parking is included in the assessment report. Q10) How long has the building been empty for? A10) About 5 years. The following was reviewed: • Project scope of work • Bidding Guidelines END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. 70- MirA - IV IV/VI4- Contractor's Representative DI I 1 ` --10 'o i"'�!�� If ev Company Name PROPOSAL It CIP-24-25-F0006 ♦� a AFA�SdarcilM��� Q7) Are there only one set of restrooms in the building? A7) No, there are more listed on the plans. Q8) Is the budget you have a hard number? A8) No, we are asking for your estimate. Addendum No. 1 September 17, 2024 Q9) Is the side building trailer included in the assessment? Parking Lot included? A9) No, the side building trailer is not included in the requested assessment. The parking is included in the assessment report. Q10) How long has the building been empty for? A10) About 5 years. The following was reviewed: • Project scope of work • Bidding Guidelines END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. L � MirA - IV IV/VI4- Contractor's Representative DI I 1 ` --10 'o i"'�!�� If ev Company Name PROPOSAL It CIP-24-25-F0006 Addendum No. 2 October 7, 2024 Addendum No. 2 PROPOSAL # CIP-24-25-F0006 Former Senior Center Building Assessment City of Santa Clarita, California This addendum must be acknowledged via BidNet and should be included with the proposal response. The purpose of this addendum is to address the following for this Request for Proposals (RFP): Please see attached missing sheet from Addendum No. 1: Pre -Proposal Job Walk Sign -In sheet that was held on September 17, 2024 at 10:00 AM (PT). 1 -4 01 a _ffi"kIIII 9To This addendum must be acknowledged via BidNet and should be included with the response. a 7uL1i' Contractor's Heprese tative D e 4q �. Company Name PROPOSAL # CIP-24-25-F0006 of sh�NTA °L City of Santa Clarita Pre -Bid Meeting Sign -In Sheet Pre -Bid Meeting September 17, 2024 at 10:00 AM (PT) a BID/RFP #CIP-24-25-F0006 OF�J6 DEC Former Senior Center Assessment Report Bid Closings October 15, 2024 BEFORE 11:00 AM (PT) Questions Due by October 1, 2024 BEFORE 11:00 AM (PT) I hereby waive, release, and hold harmless from any liability or claims for damages for personal injury, including negligence, as well as from claims for property damage which may arise in connection with the above -named activity, against the supervisors, the City of Santa Clarita, and its elected and appointed officials, agents, and employees. My signature below indicates that I have read, understand, and agree to all of the above. Company First & Last Name "Must Print Clearly Signature Contact Information Or Business Card Prod ed (write yes) 42 �. . Fremer Architects architecture I interiors I planning i { Company I IMn First & Last Name I Signature I Contact Information I at Print ClParlvl Or Business Card Provided (write yes) Addendum No. 3 October 11, 2024 Addendum No. 3 PROPOSAL # CIP-24-25-F0006 Former Senior Center Building Assessment City of Santa Clarita, California This addendum must be acknowledged via BidNet and should be included with the proposal response. The purpose of this addendum is to address the following for this Request for Proposals (RFP): I. REVISED SAMPLE PROFESSIONAL SERVICES AGREEMENT - STANDARD See the attached revised Professional Services Agreement sample. This revised contract sample replaces the one originally included in Section D of the RFP documents. END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. *-Few- Contractor's Representative d I t -.40z# Dat PROPOSAL # CIP-24-25-F0006 REVISED SAMPLE CONTRACT council Approval Date: Agenda Item: Contract Amount: PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF SANTA CLARITA AND FOR CON-6 This AGREEMENT by and between the CITY OF SANTA CLARITA, a municipal corporation and general law city ("CITY") and , a is dated 1. CONSIDERATION. ("CONSULTANT"), and A. As partial consideration, CONSULTANT agrees to perform the Services listed in the SCOPE OF SERVICES, below; and B. As additional consideration, CONSULTANT and CITY agree to abide by the terms and conditions contained in this Agreement; and C. As additional consideration, CITY agrees to pay CONSULTANT a sum not to exceed ($ ) for CONSULTANT's Services. CITY may modify this amount as set forth below. Unless otherwise specified by written amendment to this Agreement, CITY will pay this sum as specified in the attached Exhibit(s) " " which is/are incorporated by reference. 2. SCOPE OF SERVICES. A. CONSULTANT will perform Services listed in the attached Exhibit(s) which is/are incorporated by reference. Page 1 of 16 OAK #4884-4099-0727 vl B. CONSULTANT will, in a professional manner, furnish all of the labor, technical, administrative, professional and other personnel, all supplies and materials, equipment, printing, vehicles, transportation, office space and facilities, and all tests, testing and analyses, calculation, and all other means whatsoever, except as herein otherwise expressly specified to be furnished by CITY, necessary or proper to perform and complete the Services and provide the professional Services required of CONSULTANT by this Agreement. 3. PERFORMANCE STANDARDS. A. By executing this Agreement, CONSULTANT represents that it has demonstrated trustworthiness and possesses the quality, fitness and capacity to perform the Agreement in a manner satisfactory to CITY. CONSULTANT represents that its financial resources, surety and insurance experience, service experience, completion ability, personnel, current workload, experience in dealing with private consultants, and experience in dealing with public agencies all suggest that CONSULTANT is capable of performing the proposed contract and has a demonstrated capacity to deal fairly and effectively with and to satisfy a public CITY. B. CONSULTANT will perform its Services in a skillful manner, comply fully with all City established criteria, and with all applicable federal, state, and local laws, codes, and professional standards. C. CONSULTANT agrees to comply with all applicable federal and state employment laws regulations and rules including those that relate to minimum hours and wages, occupational health and safety, workers compensation insurance and state, county and local orders. D. CONSULTANT will staff this Agreement with personnel qualified to adequately and professionally perform the Services. E. CONSULTANT will not subcontract any portion of these Services without the CITY's prior written approval. F. CITY's approval of any payment, or conducting of any inspection, reviews, approvals, or oral statements, or any governmental entity's certification, will in no way limit the CONSULTANT's obligations under this Agreement or CONSULTANT's complete responsibility for all Services hereunder. 4. PAYMENTS. A. For CITY to pay CONSULTANT as specified by this Agreement and as provided in attached Exhibit(s) " " , CONSULTANT must submit a detailed invoice to CITY which lists the hours worked and hourly rates for each personnel category and reimbursable costs (all as set forth in Exhibit(s) " " ) the tasks performed, the percentage of the task completed during the billing period, the cumulative percentage completed for each task, the total cost of that Services during Page 2 of 16 OAK #4884-4099-0727 vl the preceding billing month and a cumulative cash flow curve showing projected and actual expenditures versus time to date. B. CITY may withhold all or a portion of payment otherwise due in the event that Services are either improperly or not performed. 5. PROJECT COORDINATION AND SUPERVISION. A. CONSULTANT will assign as CONSULTANT's Project Manager and will be responsible for job performance, negotiations, contractual matters, and coordination with CITY's Project Manager. CONSULTANT may change its Project Manager only with CITY consent. B. CITY will assign as CITY's Project Manager, will be personally in charge of and personally supervise or perform the technical execution of the project on a day-to-day basis on behalf of CITY, and will maintain direct communication with CONSULTANT's Project Manager. CITY may change its Project Manager at any time with notice to CONSULTANT. 6. NON -APPROPRIATION OF FUNDS. Payments due and payable to CONSULTANT for current Services are within the current budget and within an available, unexhausted and unencumbered appropriation of the CITY. In the event the CITY has not appropriated sufficient funds for payment of CONSULTANT Services beyond the current fiscal year, this Agreement will cover only those costs incurred up to the conclusion of the current fiscal year. 7. FAMILIARITY WITH SERVICES AND SITE. A. By executing this Agreement, CONSULTANT represents that it has: Carefully investigated and considered the scope of Services to be performed; and ii. Carefully considered how the Services should be performed; and iii. Understands the facilities, difficulties, and restrictions attending performance of the Services under this Agreement. B. If the Services under this Agreement are to be performed upon any site, or otherwise require CONSULTANT to access a site, by executing this Agreement CONSULTANT represents that it has or will investigate the site and is or will be fully acquainted with the conditions there existing, before commencing the Services under this Agreement. 8. TERM. Page 3 of 16 OAK #4884-4099-0727 vl A. The term of this Agreement will be from _ to Unless otherwise determined by written amendment between the parties, this Agreement will terminate in the following instances: Completion of the Services specified in Exhibit(s) " ", or ii. Termination pursuant to Section 17 TERMINATION. B. Except as otherwise separately and expressly provided by the CITY in writing, the provisions of this Agreement shall survive any expiration, breach, or termination of this Agreement, and any completion of the Services. 9. TIME FOR PERFORMANCE. CONSULTANT will not perform any Services under this Agreement until: A. CONSULTANT furnishes proof of insurance as required under Section 24 INSURANCE; and B. CITY gives CONSULTANT a written notice to proceed. Should CONSULTANT begin Services on any phase in advance of receiving written authorization to proceed, any such professional Services are at CONSULTANT's own risk. 10. SCHEDULE OF PERFORMANCE AND EXTENSIONS. A. Should the progress of the Services under this Agreement at any time fall behind schedule for any reason other than excusable delays CONSULTANT shall apply such additional manpower and resources as necessary to bring progress of the Services under this Agreement back on schedule and consistent with the standard of professional skill and care required by this Agreement. Time is of the essence in the performance of this Agreement. B. Should CONSULTANT be delayed by causes beyond CONSULTANT's control, CITY may grant a time extension for the completion of the contracted Services. If delay occurs, CONSULTANT must notify the CITY's designated representative within forty-eight hours (48 hours), in writing, of the cause and the extent of the delay and how such delay interferes with the Agreement's schedule. The CITY will extend the completion time, when appropriate, for the completion of the contracted Services. 11. CHANGES. CITY may order changes in the Services within the general scope of this Agreement, consisting of additions, deletions, or other revisions, and the contract sum and the contract time will be adjusted accordingly. All such changes must be authorized in writing, executed by CONSULTANT and CITY. The cost or credit to CITY resulting from changes in the Services will be determined in accordance with written agreement between the parties. Page 4 of 16 OAK #4884-4099-0727 vl 12. ADDITIONAL SERVICES. A. The CITY may request CONSULTANT to provide Services in addition to Scope of Services, called "Additional Services". Additional Services that incur additional costs (contingency) of up to 15% of the total contract amount must be authorized by CITY by change order or other documented means. Costs beyond this amount must first be approved by CITY in accordance with applicable thresholds and procedures. Additional Services must be authorized by CITY in writing prior to performance. CONSULTANT shall be compensated for Additional Services as set forth in Exhibit(s) " " or as specified in the written authorization. B. If CONSULTANT believes Additional Services are needed to complete the Scope of Services, CONSULTANT will provide the CITY with written notification that contains a specific description of the proposed additional Services, reasons for such additional Services, and a detailed proposal regarding cost. CITY is under no obligation to approve any increase in the agreed -upon costs for the performance of this Agreement. 13. PERMITS AND LICENSES. CONSULTANT, at its sole expense, will obtain and maintain during the term of this Agreement, all necessary permits, licenses, and certificates that may be required in connection with the performance of Services under this Agreement. 14. SITE INSPECTION; DISCOVERY OF HAZARDOUS MATERIALS OR LATENT CONDITIONS. The discovery, presence, handling or removal of hazardous substances is outside of CONSULTANT's expertise, unless otherwise specified in Exhibit(s) " " , and is not included in the scope of Services. Should CONSULTANT discover any hazardous material, or latent or unknown conditions that may materially affect the performance of the Services, CONSULTANT will immediately inform CITY of such fact and will not proceed except at CONSULTANT's own risk until written instructions are received from CITY. 15. PREVAILING WAGES. CONSULTANT shall comply with the California Prevailing Wage Law to the extent it applies to work performed under this Agreement. If applicable, CONSULTANT shall pay prevailing wages to its employees and shall comply with the additional provisions set forth below: A. CONSULTANT shall pay prevailing wages to its employees on any agreement when required by applicable law. Copies of the general prevailing rates of per diem wages for each craft, classification, or type of worker needed to execute the Agreement, as determined by the Director of the State of California Department of Industrial Relations, are on file at the County's Capital Projects Office and may be obtained from the California Department of Industrial Relations website http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm. CONSULTANT shall comply with the 8-hours per day/40 hours per week/overtime/working hours restrictions for all employees, pursuant to the California Labor Code. CONSULTANT and all subconsultants shall keep and maintain accurate employee payroll records for Work performed under the Agreement. The payroll records shall be certified and submitted as required by law, including Labor Code Page 5 of 16 OAK #4884-4099-0727 vl Sections 1771.4 (if applicable) and 1776, including to the Labor Commissioner no less frequently than monthly. CONSULTANT shall comply fully with Labor Code Section 1777.5 in the hiring of apprentices for work relating to the Agreement. B. CONSULTANT acknowledges and agrees that it will comply with AB 1768 (effective January 1, 2020), which amended and expanded the definition of "construction" for which prevailing wages must be paid to include "work performed during the design, site assessment, feasibility study, and other pre - construction phases of construction ... regardless of whether any further construction work is conducted... " C. CONSULTANT shall forfeit, as a penalty to Owner, the penalty or penalties as provided by the California Labor Code, for each laborer, workman, or mechanic employed in performing labor in and about the Work provided for in the Agreement for each day, or portion thereof, that such laborer, workman or mechanic is paid less than the said stipulated rates for any work done under the Agreement by him or her or by any Subconsultant under him or her, in violation of Articles 1 and 2 of Chapter 1 of Part 7 of Division 11 of the California Labor Code. The sums and amounts which shall be forfeited pursuant to this Paragraph and the terms of the California Labor Code shall be withheld and retained from payments due to CONSULTANT the California Labor Code, but no sum shall be so withheld, retained or forfeited except from the final payment without a full investigation by either the State Department of Industrial Relations or by Owner. The Labor Commissioner pursuant to California Labor Code § 1775 shall determine the final amount of forfeiture. D. CONSULTANT shall insert in every subcontract or other arrangement which CONSULTANT may make for performance of Work or labor on Work provided for in the Agreement provision that Subconsultant shall pay persons performing labor or rendering service under subcontract or other arrangement not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the Work is performed, and not less than the general prevailing rate of per diem wages for holiday and overtime work fixed in the California Labor Code. E. CONSULTANT and Subconsultants must keep accurate payroll records, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with the Work of the Agreement Documents. Each payroll record shall contain or be verified by a written declaration as required by Labor Code Section 1776. The payroll records enumerated above must be certified and shall be available for inspection at all reasonable hours at the principal office of CONSULTANT as required by Labor Code Section 1776. This Project is subject to prevailing wage compliance monitoring and enforcement by the Department of Industrial Relations. Page 6 of 16 OAK #4884-4099-0727 vl 16. WAIVER. CITY's review or acceptance of, or payment for, Services or product prepared by CONSULTANT under this Agreement will not be construed to operate as a waiver of any rights CITY may have under this Agreement or of any cause of action arising from CONSULTANT's performance. A waiver by CITY of any breach of any term, covenant, or condition contained in this Agreement will not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant, or condition contained in this Agreement, whether of the same or different character. 17. TERMINATION. A. Termination for Convenience. CITY may terminate this Agreement at any time with or without cause by written notice to CONSULTANT. CONSULTANT will be entitled to recover its costs expended up to the termination plus reasonable profit thereon to the termination date not to exceed the total costs under Section 1(C), but may recover no other loss, cost, damage, or expense. B. Termination for Cause. CITY may terminate this Agreement in whole or part for default should CONSULTANT commit a material breach of this Agreement, and such breach has not been cured within fifteen (15) calendar days of the date of CITY's written notice to CONSULTANT demanding such cure. In the event CITY terminates this Agreement for default, CONSULTANT will be liable to CITY for all costs to cure the deficiencies, and all loss, cost, expense, damage, and liability resulting from such breach and termination. C. Upon receiving a termination notice, CONSULTANT will immediately cease performance under this Agreement unless otherwise provided in the termination notice. Except as otherwise provided in the termination notice, any Services performed by CONSULTANT after receiving a termination notice will be performed at CONSULTANT'S own cost; CITY will not be obligated to compensate CONSULTANT for such Services. D. Upon a termination, all finished or unfinished documents, data, studies, surveys, drawings, maps, reports and other materials prepared by CONSULTANT will become CITY's property and CONSULTANT will deliver any such items in its possession to CITY within thirty (30) days of termination. E. Should the Agreement be terminated pursuant to this Section, CITY may procure on its own terms Services similar to those terminated. 18. OWNERSHIP OF DOCUMENTS. All documents, data, studies, drawings, maps, models, photographs and reports prepared by CONSULTANT under this Agreement are CITY's property. CONSULTANT may retain copies of said documents and materials as desired, but will deliver all original materials to CITY upon CITY's written notice. CITY agrees that use of CONSULTANT's Services for purposes other than identified in this Agreement is at CITY's own risk. Page 7 of 16 OAK #4884-4099-0727 vl 19. PUBLICATION OF DOCUMENTS. Except as necessary for performance under this Agreement, CONSULTANT will not release copies, sketches, or graphs of materials, including graphic art services, prepared pursuant to this Agreement to any other person or public entity without CITY's prior written approval. All press releases, including graphic display information to be published in newspapers or magazines, will be approved and distributed solely by CITY, unless otherwise provided by written agreement between the parties. 20. INDEMNIFICATION AND LIABILITY. A. To the fullest extent permitted by law, CONSULTANT shall defend (with legal counsel reasonably acceptable to CITY), and selected from CONSULTANT'S insurance carriers' panel counsel, indemnify and hold harmless CITY and its officers, agents, departments, officials, representatives and employees (collectively "Indemnitees") from and against any and all claims, loss, cost, damage, injury (including, without limitation, economic harm, injury to or death of an employee of CONSULTANT or its subconsultants), expense and liability of every kind, nature and description to the extent that they arise from or relate to (including, without limitation, direct damages, court costs, attorneys' fees, litigation expenses and fees of expert consultants or expert witnesses incurred in connection therewith and costs of investigation) (1) CONSULTANT's negligent performance of Services under this Agreement, or any part thereof, (including any additional services authorized by CITY in writing) (2) any negligent act or omission of CONSULTANT, any subconsultant, anyone directly or indirectly employed by them, or anyone that they control; (3) any actual or alleged infringement of the patent rights, copyright, trade secret, trade name, trademark, service mark or any other intellectual or proprietary right of any person or persons in consequence of the use by CITY, or any other Indemnitee, of articles or Services to be supplied in the performance of this Agreement; or (4) any breach of this Agreement (collectively "Liabilities"). Such obligations to defend, hold harmless and indemnify any Indemnitee shall not apply to the extent such Liabilities are caused by the sole negligence or willful misconduct of such Indemnitee, but shall apply to all other Liabilities. The foregoing shall be subject to the limitations of California Civil Code section 2782.8 as to any design professional services performed by CONSULTANT and in particular the limitation on CONSULTANT's duty to defend whereby such duty only arises for claims relating to the negligence, recklessness or willful misconduct of CONSULTANT as well as the limitation on the cost to defend whereby CONSULTANT will only bear such cost in proportion to CONSULTANT's proportionate percentage of fault (except as otherwise provided in section 2782.8). B. The foregoing indemnification provisions will not reduce or affect other rights or obligations which would otherwise exist in favor of the CITY and other Indemnitees. C. CONSULTANT shall place in its subconsulting agreements and cause its subconsultants to agree to indemnities and insurance obligations in favor of CITY Page 8 of 16 OAK #4884-4099-0727 vl and other Indemnitees in the exact form and substance of those contained in this Agreement. 21. ASSIGNABILITY. This Agreement is for CONSULTANT's professional services. CONSULTANT or any subconsultant's attempts to assign the benefits or burdens of this Agreement without CITY's written approval are prohibited and will be null and void. 22.INDEPENDENT CONTRACTOR. CONSULTANT shall at all times be deemed an independent contractor wholly responsible for the manner in which it performs the Services, and fully liable for the acts and omissions of its employees, subconsultants and agents. Under no circumstances shall this Agreement be construed as creating an employment, agency, joint venture or partnership relationship between CITY and CONSULTANT, and no such relationship shall be implied from performance of this Agreement. Terms in this Agreement referring to direction from CITY shall be construed as providing for direction as to policy and the result of Services only, and not as to means and methods by which such a result is obtained. CONSULTANT shall pay all taxes (including California sales and use taxes) levied upon this Agreement, the transaction, or the Services and/or goods delivered pursuant hereto without additional compensation, regardless of which parry has liability for such tax under applicable law, and any deficiency, interest or penalty asserted with respect thereto. CONSULTANT shall pay all other taxes including but not limited to any applicable City business tax, not explicitly assumed in writing by CITY hereunder. CONSULTANT shall comply with all valid administrative regulations respecting the assumption of liability for the payment of payroll taxes and contributions as above described and to provide any necessary information with respect thereto to proper authorities. CONSULTANT has no authority to bind the CITY. 23. AUDIT OF RECORDS. CONSULTANT will maintain full and accurate records with respect to all Services and matters covered under this Agreement. Those records include, without limitation, correspondence, internal memoranda, calculations, books and accounts, accounting records documenting its services under its Agreement, and invoices, payrolls, records and all other data related to matters covered by this Agreement. CITY and its designees will have free access at all reasonable times to such records, including the right to audit, examine, and make copies, excerpts, and transcripts from such records, and to inspect all program data, documents, proceedings and activities. If CITY receives funds from another governmental entity for the payment in whole or part of the Services, that governmental entity will have all rights the CITY has under this Section. CONSULTANT will retain all records subject to this Section for at least three (3) years after termination or final payment under this Agreement. 24. INSURANCE. [All insurance terms subject to review and approval of City Risk Manager] A. Before commencing performance under this Agreement, and at all other times this Agreement is effective, CONSULTANT will procure and maintain the following types of insurance with coverage limits complying, at a minimum, with the limits set forth below: Type of Insurance Limits Commercial general liability: $1,000,000/$2,000,000 (aggregate) Page 9 of 16 OAK #4884-4099-0727 vl Professional liability $1,000,000 Business automobile liability $1,000,000 Workers compensation Statutory requirement B. Commercial general liability insurance will meet or exceed the requirements of ISO-CGL Form No. CG 00 01 11 85 or 88. The amount of insurance set forth above will be a combined single limit of $1,000,000 per occurrence, $2,000,000 general aggregate, for bodily injury, personal injury, and property damage for the policy coverage. Automobile coverage will be written on ISO Business Auto Coverage Form CA 00 0106 92, including symbol 1 (Any Auto). Liability policies will be endorsed to name CITY, its officials, and employees as "additional insureds" under said insurance coverage and to state that such insurance will be deemed "primary" such that any other insurance that may be carried by CITY will be excess thereto. Such endorsement must be reflected on ISO Form No. CG 20 10 11 85 or 88, or equivalent. Such insurance will be on an "occurrence," not a "claims made," basis and will not be cancelable or subject to reduction except upon thirty (30) days prior written notice to CITY. C. Professional liability coverage will be on an "occurrence basis" if such coverage is available, or on a "claims made" basis if not available. When coverage is provided on a "claims made basis," CONSULTANT will continue to renew the insurance for a period of at least three (3) years after this Agreement expires or is terminated. Such insurance will have the same coverage and limits as the policy that was in effect during the term of this Agreement, and will cover CONSULTANT for all claims made by CITY arising out of any errors or omissions of CONSULTANT, or its officers, employees or agents during the time this Agreement was in effect. D. CONSULTANT will furnish to CITY duly authenticated Certificates of Insurance evidencing maintenance of the insurance required under this Agreement, including endorsements, and such other evidence of insurance or copies of policies as may be reasonably required by CITY from time to time. Insurance must be placed with California -admitted insurers with (other than workers compensation) a current A.M. Best Company Rating of at least "A:VII." E. Waiver of Subrogation: The insurer(s) agree to waive all rights of subrogation against CITY, its elected or appointed officers, officials, agents, volunteers and employees for losses paid under the terms of the workers compensation policy which arise from work performed by CONSULTANT for CITY. F. Should CONSULTANT, for any reason, fail to obtain and maintain the insurance required by this Agreement, CITY may obtain such coverage at CONSULTANT's expense and deduct the cost of such insurance from payments due to CONSULTANT under this Agreement or terminate pursuant to contract language. In the alternative, should CONSULTANT fail to meet any of the Page 10 of 16 OAK #4884-4099-0727 vl insurance requirements under the Agreement, City may terminate this Agreement immediately with no penalty. G. Should CONSULTANT'S insurance required by this Agreement be cancelled at any point prior to expiration of the policy, CONSULTANT must notify City within 24 hours of receipt of notice of cancellation. Furthermore, CONSULTANT must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancellation. CONSULTANT must ensure that there is no lapse in coverage. H. The CITY shall be entitled to any coverage in excess of the minimums required herein. I. Primary/noncontributing. Coverage provided by Consultant shall be primary and any insurance or self-insurance procured or maintained by Agency shall not be required to contribute with it. The limits of insurance required herein may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of Agency before the Agency's own insurance or self- insurance shall be called upon to protect it as a named insured. J. Additional insured status. General liability, automobile liability, and umbrella/excess liability insurance policies shall provide or be endorsed to provide that Agency and its officers, officials, employees, agents, and volunteers shall be additional insureds under such policies. 25. INCIDENTAL TASKS. CONSULTANT will meet with CITY monthly to provide the status on the Services, which will include a schedule update and a short narrative description of progress during the past month for each major task, a description of the Services remaining and a description of the Services to be done before the next schedule update. 26. DISPUTE RESOLUTION. A. In the event of any dispute between CONSULTANT and CITY regarding any claim, demand or request by CONSULTANT for time, money, or additional compensation for any reason whatsoever CONSULTANT shall submit to CITY, within 21 days of CONSULTANT's first knowledge of the dispute, a written description of CONSULTANT's claim, demand or request that provides a narrative of the pertinent events, the contractual basis of the CONSULTANT's position, pricing calculations (if applicable) and attaches supporting documentation. CITY will then review the issue and make a decision thereon. If CONSULTANT shall fail to provide timely notice of any such claim, demand or request, then CONSULTANT shall waive is rights to such claim, demand or request, unless CONSULTANT can demonstrate a manifest lack of prejudice to CITY resulting from such late notice. CONSULTANT shall continue its work throughout the Page 11 of 16 OAK #4884-4099-0727 vl course of any dispute, and CONSULTANT's failure to continue work during a dispute shall be a material breach of this Agreement. B. If the CITY denies CONSULTANT's claim, demand, or request in whole or part and CONSULTANT disagrees, and the claim, demand or request exceeds $50,000 then the parties shall, as a precondition to initiating litigation, submit the dispute claim, demand, or request to the Los Angeles JAMS office for non -binding mediation under the appropriate rules. The parties may agree to any other dispute resolution process. Nothing herein will limit CONSULTANT's obligation to timely submit to CITY a statutory Government Code Claim, in accordance with Government Code sections 910 et seq. 27. NOTICES. All communications to either parry by the other party will be deemed made when received by such parry at its respective name and address as follows: If to CONSULTANT: If to CITY: ATTN: City of Santa Clarita ATTN: Kenneth W. Striplin, City Manager 23920 Valencia Boulevard, Suite 300 Santa Clarita, CA 91355 Any such written communications by mail will be conclusively deemed to have been received by the addressee three days after deposit thereof in the United States mail, postage prepaid and properly addressed as noted above. In all other instances, notices will be deemed given at the time of actual delivery. Changes may be made in the names or addresses of persons to whom notices are to be given by giving notice in the manner prescribed in this Section. 28. CONFLICT OF INTEREST. CONSULTANT will comply with all conflict of interest laws and regulations including, without limitation, CITY's Conflict of Interest Code (on file in the City Clerk's Office). It is incumbent upon the CONSULTANT or CONSULTING FIRM to notify the CITY pursuant to Section 27 NOTICES of any staff changes relating to this Agreement. A. In accomplishing the Scope of Services of this Agreement, all officers, employees and/or agents of CONSULTANT(S), unless as indicated in Subsection (B), will be performing a very limited and closely supervised function, and, therefore, unlikely to have a conflict of interest arise. No disclosures are required for any officers, employees, and/or agents of CONSULTANT, except as indicated in Subsection (B). Initials of Consultant B. In accomplishing the Scope of Services of this Agreement, CONSULTANT will be performing a specialized or general service for the CITY, and there is substantial likelihood that the CONSULTANT's Services product will be presented, either written or orally, for the purpose of influencing a governmental decision. As a Page 12 of 16 OAK #4884-4099-0727 vl result, the following CONSULTANT personnel shall be subject to the Disclosure Category "I" of the CITY's Conflict of Interest Code: C. CONSULTANT'S duties and services under this agreement shall not include preparing or assisting the public entity with any portion of the public entity's preparation of a request for proposals, request for qualifications, or any other solicitation regarding a subsequent or additional contract with the public entity. The public entity entering this agreement shall at all times retain responsibility for public contracting, including with respect to any subsequent phase of this project. D. CONSULTANT's participation in the planning, discussions, or drawing of project plans or specifications shall be limited to conceptual, preliminary, or initial plans or specifications. CONSULTANT shall cooperate with the public entity to ensure that all bidders for a subsequent contract on any subsequent phase of this project have access to the same information, including all conceptual, preliminary, or initial plans or specifications prepared by contractor pursuant to this agreement. 29. SOLICITATION. CONSULTANT maintains and warrants that it has not employed nor retained any company or person, other than CONSULTANT's bona fide employee, to solicit or secure this Agreement. Further, CONSULTANT warrants that it has not paid nor has it agreed to pay any company or person, other than CONSULTANT's bona fide employee, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. Should CONSULTANT breach or violate this warranty, CITY may rescind this Agreement without liability. 30. THIRD PARTY BENEFICIARIES. CONSULTANT's subconsultants shall agree to be bound to the terms of the Agreement to the extent of their scope of services, including but not limited to, terms regarding indemnity and dispute resolution, and shall agree that CITY is deemed an express third party beneficiaries of their subconsultant agreement. Nothing in this Agreement, however, shall operate to confer such or similar rights or benefits on persons or entities not party to this Agreement. 31. INTERPRETATION. This Agreement was drafted in, and will be construed in accordance with the laws of the State of California. The exclusive venue for any action involving this Agreement will be in Los Angeles County. 32. ENTIRE AGREEMENT. This Agreement, and its Attachments, sets forth the entire understanding of the parties with respect to the subject matter hereof. There are no other understandings, terms or other agreements expressed or implied, oral or written. There is/are ( ) Exhibits (s) to this Agreement. To the extent of a conflict between this Agreement and one of the Exhibits, the terms of the Agreement shall take precedence. This Page 13 of 16 OAK #4884-4099-0727 vl Agreement will bind and inure to the benefit of the parties to this Agreement and any subsequent successors and assigns. 33. RULES OF CONSTRUCTION. Each party had the opportunity to independently review this Agreement with legal counsel. Accordingly, this Agreement will be construed simply, as a whole, and in accordance with its fair meaning; it will not be interpreted strictly for or against either party. 34. SEVERABILITY. If any portion of this Agreement is declared by a court of competent jurisdiction to be invalid or unenforceable, then such portion will be deemed modified to the extent necessary in the opinion of the court to render such portion enforceable and, as so modified, such portion and the balance of this Agreement will continue in full force and effect. 35. AUTHORITY/MODIFICATION. The parties represent and warrant that all necessary action has been taken by the parties to authorize the undersigned to execute this Agreement and to engage in the actions described herein. To the extent of any contingency above the original Agreement amount previously approved by the CITY's City Council, additional Services may be added to this Agreement by an additional authorization executed by both parties. This Agreement may be otherwise modified by written amendment, which generally requires approval of the CITY's City Council. CITY's City Manager, or designee, may execute any such authorization or amendment on behalf of CITY. 36. CAPTIONS. The captions of the sections and paragraphs of this Agreement are for convenience of reference only and will not affect the interpretation of this Agreement. 37. TIME IS OF ESSENCE. Time is of the essence for each and every provision of this Agreement. 38. DELAY. CONSULTANT shall complete all Services required by this Agreement within the times specified in the Agreement, except where (1) an event outside of CONSULTANT's reasonable control causes a delay and (2) CONSULTANT promptly advises CITY of such delay (such prompt notice to occur no more than 15 days after the first occurrence of the delay). Such events shall be limited to: acts of neglect by CITY or CITY's agents or by consultants when acting at CITY's direction; breaches of this Agreement by CITY; Acts of God such as fire and flood; explosion, acts of terrorism, war and embargo; and other similar causes beyond the Parties' reasonable control. In the event of an excusable delay the City may elect whether to terminate this Agreement or extend the time for performance. 39. FORCE MAJEURE. Except for defaults of subcontractors at any tier, CONSULTANT shall not be liable for any excess costs if the failure to perform the Agreement arises from causes beyond the control and without the fault or negligence of CONSULTANT, including without limitation failure to reasonably mitigate any adverse impacts (Force Majeure). Force Majeure events include the following: Acts of God, fires, floods, earthquake, other natural disasters, epidemics and pandemics (other than COVID-19 or variants), abnormal weather conditions beyond the parameters otherwise set forth in this Article, nuclear accidents, strikes, lockouts, freight embargos, interruptions in service by a regulated utility, or governmental statutes or regulations enacted or imposed after the fact (together, "force majeure events"). Page 14 of 16 OAK #4884-4099-0727 vl 40. PROTECTION OF RESIDENT WORKERS. The CITY actively supports the Immigration and Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S., and aliens authorized to work in the U.S.). The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (Form I-9), reviewing required proofs of both identify and employment authorization, and retaining the Form I-9 for the required period. Updated form I-9 information is available at www.uscis.gov. The CONSULTANT shall establish appropriate procedures and controls so no Services or products under the Agreement will be performed or manufactured by any worker who is not legally eligible to perform such Services or employment. 41. SAFETY OF PERSONS AND PROPERTY. CONSULTANT shall comply with, and give notices required by applicable laws, statutes, ordinances, codes, rules and regulations, and lawful orders of public authorities, bearing on safety of persons or property or their protection from damage, injury, or loss, including without limitation the County Order and all other governmental requirements or regulations regarding COVID-19, all as may be amended from time to time. 42. FACSIMILE OR ELECTRONIC TRANSMISSION OF CONTRACT AND SIGNATURE. The parties agree that this Agreement may be transmitted and signed by facsimile or electronic mail by either/any or both/all parties, and that such signatures shall have the same force and effect as original signatures, in accordance with California Government Code section 16.5 and Civil Code section 1633.7. 43. STANDARD SUPPLEMENTAL PROVISIONS. Notwithstanding Section 32 ENTIRE AGREEMENT above, the following Standard Supplemental Provision(s), attached to this Agreement, is(are) incorporated herein by this reference and takes precedence over any conflicting provision of this Agreement: [Insert name of any applicable SSP(s), and attach only that SSP(s)—omit remaining SSP(s). Insert "None" if applicable.] [SIGNATURES ON NEXT PAGE] Page 15of16 OAK #4884-4099-0727 vl IN WITNESS WHEREOF, the parties hereto have executed this contract on the date set forth below. FOR CONSULTANT: Print Name & Title Date: FOR CITY OF SANTA CLARITA: KENNETH W. STRIPLIN, CITY MANAGER By: City Manager Date: APPROVED AS TO FORM: JOSEPH M. MONTES, CITY ATTORNEY By: City Attorney Date: IF CORPORATION: By: Print Name & Title Date: Page 16 of 16 OAK #4884-4099-0727 vl Addendum No. 4 October 15, 2024 Addendum No, 4 PROPOSAL. # CIP-24-25-F0006 Former Senior Center Building Assessment City of Santa Clarita, California This addendum must be acknowledged via BidNet and should be included with the proposal response. The purpose of this addendum is to address the following for this Request for Proposals (RFP); 1. PROPOSAL_ SUBMISSION DEADLINE EXTENSION The closing date for submitting proposals has been extended to October 17, 2024 before 11:00 AM (PT). END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. d 6 ?N Contract 's Re esentative D e iA*-ba�6(0- ?"&tittacm Company Name PROPOSAL # CIP-24-25-F€1446 Contact us. 2120 Wilshire Blvd. Suite 210 Santa Monica, California 90403 T 310 446 4664 F 310 446 4663 www.fremerarchifecfs.com Hal Fremer, AIA, Principal -in-Charge h.fremer@fremerarchifecfs.com r R V _ R 2120 Wilshire Blvd. Ste. 210 Santa Monica, CA 90403 0: 310.446.4664 F: 310.446.4663 www.fremerarchitects.com November 7, 2024 Revision 2 Ms. Michele Arima Buyer City of Santa Clarita 23920 Valencia Blvd., Suite 300 Santa Clarita, CA 91355 VIA ELECTRONIC MAIL Subject: HH Fremer Architects Proposal for Architectural, Structural & Engineering Services for a Limited Assessment Study at the City of Santa Clarita's Former Senior Center Building at 22900 Market Street, Santa Clarita, CA 91355 (Rev. 2) Proposal no.: CIP-24-25-F0006 City project no.: F0006 Project Name: Former Senior Center Limited Building Assessment Dear Ms. Arima: We are pleased to submit a revised proposal for the Forensic Assessment Services for the Former Senior Center Building at 22900 Market Street, Santa Clarita, CA 91355. This proposal has been revised as a result of several conversations with the City of Santa Clarita's representative, Alan Stump. The purpose of the revision is to acknowledge a reduction of the scope of services agreed to with Mr. Stump. The proposal has been revised and reflects the deletion of Landscape Architecture, Kitchen Consultant and reduction of the Civil Engineering scope of services. In addition, a general reduction of the proposed fee has been reduced. In addition, HHFA submits this proposal with the understanding that if the City of Santa Clarita chooses to continue with the renovation of the former Senior Center, HHFA will be eligible to submit a proposal for consideration for that phase of the project. PROJECT DESCRIPTION AND SCOPE SUMMARY: The Former Senior Center Building was designed and constructed in 1963 at the above -mentioned location. It is a single -story wood framed building. We have been provided with the following documentation from the City of Santa Clarita: Current "As Built" Plans dated June 12, 2020, prepared by the City of Santa Clarita for reference only Analysis Report prepared by Landscape Architecture & Design Department of Parks and Recreation, dated June 2019 Existing "as -built" Activity Rooms Addition to the Main Building, dated March 4, 2007 r R V _ R 2120 Wilshire Blvd. Ste. 210 Santa Monica, CA 90403 0: 310.446.4664 F: 310.446.4663 www.fremerarchitects.com • Existing "as -built" Parking Expansion, Dated March 1986 • Existing "as -built" Market Street Drain • Existing "as -built" Sr. Center Landscape • Existing "as -built" Sr. Center Bath Rms Ventilation, Dated January 22, 1998 The proposed scope of services for this Project includes the following: • Review of all existing as-builts, reports and information provided by the City of Santa Clarita • Review the existing Mechanical, Electrical, Plumbing, Fire Protection and Low Voltage Systems and provide recommendations for upgrades and replacements of analyzed systems. • A full ADA evaluation of the existing conditions including restrooms, plumbing fixture count and requirement, path of travel to the ADA restrooms, approaches and door hardware, ADA parking. • Building envelope evaluation including water intrusion on vertical surfaces, exterior finishes, roof, door and window systems and recommendations for the same will be provided. • Interior building component evaluation including interior finishes of all viewable areas • Site and grounds evaluation and visual survey including site drainage, pavement, parking, curbs, walks, fencing/railing, exterior lighting, retaining walls, signage & exterior amenities and provide recommendations for upgrades and replacements of analyzed systems. If an actual survey deemed necessary by the City, survey to be conducted at additional fee. Fee has been broken out of the assessment fee in the Fee Schedule. • Review and evaluation of existing structural systems including foundations, structural framing, columns, floors & roofs and provide recommendations for upgrades and replacements of analyzed systems. • If necessary, interviews and research to be conducted with individuals and public agencies familiar with the property to gather additional information. • Conduct a full environmental survey and investigation to identify presence of asbestos, lead - based paint & mold/water intrusion both interior and exterior and roof of the building and provide recommendations for remediation. The scope of services described herein include the preparation of an Assessment Report and Cost Study that will set forth the requirements for the upgrading of the subject structures as described above. DETAILED SCOPE OF ARCHITECT'S SERVICES: In the section that follows, we have outlined the approach to the scope of work and deliverables associated with this Project: Phase 1: Project Protocol • Review methodology, scope and constraints. • Establish project protocol for decision making, based on client processes & procedures. • Specify logical points for city review of project procedures. Phase 2: Data Gathering Phase ■ Review available information provided by the City of Santa Clarita. ■ Inspect/Observe the buildings and facilities at pre -investigative site visit and compare with existing drawings. Page 12 r R V - R 2120 Wilshire Blvd. Ste. 210 Santa Monica, CA 90403 0: 310.446.4664 F: 310.446.4663 www.fremerarchitects.com ■ Perform site and environmental surveys as delineated above and in the RFP. ■ Analyze conditions of existing mechanical, electrical & plumbing systems. ■ Identify areas of destructive testing required to complete study. ■ Compile a list of deficiencies identified. Phase 3: Assessment Report Preparation ■ Provide recommendations for a repair and code compliance. ■ Submit Assessment Report and Cost Study to the City of Santa Clarita for review and comments. ■ Provide recommended second -generation use of building. ■ Suggest growth limitations for site. Assessment Report Presentation ■ One online meeting to present report findings to the City of Santa Clarita. (Limited to One (1) online Meeting) FEE PROPOSAL: For the purposes of this proposal the fee budget is based upon our experience with projects of similar size and scope. Our proposed fee for the scope of services described herein is as follows: Assessment Study: Service Package Duration Fee Budget Assessment Study 8 weeks $133,000.00 Survey (if deemed TBD $8,000.00 (T&M) necessary by the City) Reimbursable Expenses TBD $2500 (Not to Exceed) CONSULTANT FEES The fees for professional consultants necessary for the completion of the work are included in the above fee budget and shall be a part of the Architect's design team. Basic Consultants: 1. Civil Engineer & Survey (PSOMAS) 2. Structural Engineer (Grossman & Speer) 3. M & P Engineers (ICI Engineers) 4. Electrical Engineer (RES Associates) 5. Cost Consultant (KPJ Consulting) 6. Environmental Engineer (Bainbridge) 7. Waterproofing Consultant (part of Architect's scope of services) ASSUMPTIONS AND EXCLUSIONS: 1. Cost of all professional consultants other than that mentioned above that are required complete this scope of work is not a part of this fee proposal. 2. As Built Drawings of the(E) Building are not a part of this proposal. 3. Destructive testing, patching or repairing is not a part of this proposal. 4. Agency submissions are not a part of this proposal. 5. If destructive testing is required, to be performed and coordinated by the City of Santa Clarita. Page 13 F R V - R 2120 Wilshire Blvd. Ste. 210 Santa Monica, CA 90403 0: 310.446.4664 F: 310.446.4663 www.fremerarchitects.com 6. Design changes or scope modifications to incorporate Value Engineering proposed by Contractor is not a part of this proposal. 7. Record or As Built drawings or further studies are not a partof this proposal. 8. Reproduction/printing of existing drawings or any report/presentation related materials are not part of this fee proposal and shall be reimbursable. All submissions will be in electronic format. REIMBURSABLE EXPENSES: All direct project related expenses, incurred during the performance of basic or additional services, by us or our consultants under this agreement, including but not limited to drawing reproduction & plotting, long distance telephone & faxes, travel & lodging, messenger, postage & overnight delivery service will be invoiced at cost plus fifteen (15%) and are in addition to the compensation for basic services. Reimbursable expenses will be invoiced monthly as charges are incurred, based upon the following schedule of charges: ■ Automobile Travel: at prevailing allowable IRS rate ($.67 per mile) ■ Other travel expenses (hotels, airlines fares, parking fees, etc.): at cost ■ Large format plots (excludes internal coordination plots): $4.25 per square foot ■ Digital bond copies, Digital Color (outsourced): at cost + 10% ■ Small Format color output, in house, 11x17 bond: $4.00 each. ■ Postage, Couriers, Overnight Shipping: at cost + 15% ■ Reproduction services: cost + 15% ■ Owner required reimbursable expenses. ADDITIONAL SERVICES: HH Fremer Architects will provide Additional Services as authorized in writing by the City of Santa Clarita and they shall be paid by the City of Santa Clarita as provided for in the "Hourly Fee Schedule." Additional Services shall be any other services not otherwise included in this proposal or not customarily furnished in accordance with generally accepted architectural practice. HOURLY FEE SCHEDULE: For Basic and Additional Services, the compensation provided for in this proposal is based on hours expended applied to the rate schedule as indicated below - HOURLY RATE SCHEDULE Principal $300/hr. Project Architect $280/hr. Project Manager $250/hr. Project Designer $185/hr. Page 14 F R V _ R 2120 Wilshire Blvd. Ste. 210 Santa Monica, CA 90403 0: 310.446.4664 F: 310.446.4663 www.fremerarchitects.com Forensic Analyst $180/hr. Senior Technical $175/hr. Roofing/Waterproofing $150/hr. CADD / BIM $135/hr. Intermediate Designer $165/hr. Intermediate Technical $155/hr. Technical Support $105/hr. Administrative / Accounting $ 85/hr FEE NEGOTIATIONS Total professional fees shall be based directly upon the final agreed scope of work resulting from the Owner supplied requirements for the Project. Fees may be renegotiated by either party at any time the approved scope or timing of the Project is materially changed. PRELIMINARY SCHEDULE ACTIVITY DURATION REVIEW 50% Pre -Investigative Detailed Building Evaluation & Assessment 4 weeks N/A Data Gathering, Surveys Report Preparation 100% Report Preparation Report Delivery 4 weeks 2 weeks Follow Up Presentation Qualifications to Preliminary Schedule 1. Schedule for Architect's deliverables shall not be compressed should the City of Santa Clarita exceed scheduled time for review periods. 2. The amount of time required by the City of Santa Clarita for their review and approval of this Project shall be in addition to the schedule of deliverables noted above. Page 15 F R V - R 2120 Wilshire Blvd. Ste. 210 Santa Monica, CA 90403 0: 310.446.4664 F: 310.446.4663 www.fremerarchitects.com 3. Additional services and changes to project scope shall require time expansion. GENERAL CONDITIONS All terms, conditions and fees quoted herein shall be valid for a period of one hundred twenty (120) days from the date of this proposal at which time this proposal will become subject to renegotiation. We look forward to working with you on this exciting Project. If you have any questions or require any further clarifications to this proposal, please contact my office at your earliest convenience. Should you require additional information regarding this matter please contact our offices at your earliest convenience. Respectfully, HH Fremer Architects Harold H. Fremer, AIA Principal Page 16