HomeMy WebLinkAbout2024-11-12 - AGENDA REPORTS - SAFE ROUTES PROJ C2030 DESIGN CONTRAgenda Item• 12
CITY OF SANTA CLARITA
AGENDA REPORT
CONSENT CALENDAR
CITY MANAGER APPROVAL: A
2UJ'
DATE: November 12, 2024
SUBJECT: SAFE ROUTES TO SCHOOL, PLACERITA JUNIOR HIGH SCHOOL
AND HART HIGH SCHOOL, PROJECT C2030 - DESIGN
CONTRACT
DEPARTMENT: Public Works
PRESENTER: Shannon Pickett
RECOMMENDED ACTION
City Council:
Award the design contract to MNS Engineers, Inc., for the Safe Routes to School, Placerita
Junior High School and Hart High School, Project C2030, in the amount of $193,400 and
authorize a contingency in the amount of $19,340, for a total contract amount not to exceed
$212,740.
2. Appropriate one-time funds in the amount of $217,740 from the Transportation Development
Act (TDA) Article 8 — Street and Road Fund (Fund 233) to expenditure account C2030233-
516101.
3. Authorize the City Manager or designee to execute all documents, subject to City Attorney
approval.
BACKGROUND
As part of the Fiscal Year 2022-23 Congressionally Directed Funding request, Representative
Mike Garcia supported the City of Santa Clarita's (City) request for $1.3 million for construction
of a Safe Routes to School project, enhancing pedestrian and bicycle access surrounding
Placerita Junior High School, Hart High School, and Newhall Elementary School (collectively,
PJHS & HHS).
This item will award the design contract for the project. This project will design the
improvements, including Americans with Disabilities Act (ADA) compliant curb ramps and
crossings throughout the project area, curb extensions on Newhall Avenue, and a shared bike
Page 1
Packet Pg. 297
lane on 15th Street, as indicated in the attached Location Map. This project supports the Building
and Creating Community theme of the City's five-year strategic plan, Santa Clarita 2025.
The scope for this design contract includes engineering design services required to prepare
construction documents, including preliminary investigation, project management, and design.
These documents will consist of complete plans, specifications, and engineer's estimates for
construction.
The City conducted a Request for Proposal (RFP) to solicit proposals from qualified consulting
firms to provide design services for the Safe Routes to School, PJHS & HHS project. The RFP
was published and circulated via the City's e-procurement system, BidNet, on August 13, 2024.
The City transmitted the solicitation to 2,194 vendors on BidNet, of which 83 vendors
downloaded the RFP. A total of six 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
Department scored the responses using the following categories of weighted criteria:
• Responsiveness to the RFP including content, format, and thoroughness of the written
proposal (35 points)
• Consultant qualifications and overall project team experience (30 points)
• Proposed methodology and ability to meet the scope of work (20 points)
• Project understanding (10 points)
• References (5 points)
The evaluation panel scored the responses based on a 100-point scale, with the results outlined
below:
Rank Company
1 MNS Engineers, Inc.
2 Rick Engineering Company
3 Kimley-Horn and Associates, Inc
4 Psomas
5 EXP U.S. Services, Inc.
6 Willdan Engineering
Location
Score
Santa Barbara, CA
94
Santa Clarita, CA
91
Los Angeles, CA
89
Santa Clarita, CA
86
Glendale, CA
85
Los Angeles, CA
81
In reviewing proposals, the evaluation panel awarded the highest score to MNS Engineers, Inc.
(MNS). The evaluation panel determined that MNS's proposal offered the best overall value to
meet the project needs.
MNS 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 design. Based on their design experience with similar
projects, and the completeness of their proposal for this project, staff recommends awarding the
design contract to MNS. The proposal is available in the City Clerk's Reading File.
While the City maintains a Support of Local Businesses policy that can be utilized by the City
Page 2
Packet Pg. 298
Council when warranted, the policy only extends to purchase of supplies, equipment, and
services other than Public Works projects and professional services.
California Government Code Section 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 MNS at a fair and reasonable price.
The requested budget appropriation will provide for design services for this federally -funded
construction project and incidental project costs. The requested contingency will cover the cost
of unforeseen design constraints and account for potential design modifications requested by the
City and other permitting agencies during the design of the project. This includes potential
adjustments to the engineering drawings, easement exhibits, and change orders for additional
work requested by the City.
ALTERNATIVE ACTION
Other action as determined by the City Council.
FISCAL IMPACT
Upon approval of the recommended actions, $217,740 will be available in expenditure account
C2030233-516101 (TDA Article 8 Fund) to support the recommended contract and project
administrative costs.
ATTACHMENTS
Location Map
Proposal for MNS Engineers, Inc. (available in the City Clerk's Reading File)
Page 3
Packet Pg. 299
w
A
M lifP] li
bl�
L_ via
IL 731
:,HffA(
s*E2 A U! Aa
f
R "I
1.,gyp
4".83Z r A m
n
0
vl�T'�3 vi� I. ilz III' iZ� -MA 'IV,
') All''111014 a.,
'0 AN
lei
*4%4
1 1%
�
k,
2>MNS
CITY OF
SANTA
CLARITA
September 20, 2024
M1111
PROPOSAL FOR
♦, 1
U
7
5 M
Ak PI,A;��
BRIT
Junior A
�. °r Highs'11ir"a
Safe Routes to
School—PJH/
HHS `_Ilk
100 E. Thousand Oaks Blvd., Suite 105 1 Thousand Oaks, CA 91360 1 805.692.6921 Office I mnsengineers.com
C)MNS
September 20, 2024
City of Santa Clarita
Attention: Jaclyn Abston
LEGAL NAME
23920 Valencia Blvd, Suite 295
Santa Clarita, CA 91355-2196
MNS Engineers, Inc.
FIRM OWNERSHIP TYPE
SUBJECT: Proposal for Safe Routes to School - Placerita Junior
C-Corporation
High School / Hart High School (CIP-24-25-C2030)
YEAR FIRM ESTABLISHED
Dear Ms. Abston,
1962
We appreciate the opportunity to submit this proposal for the Safe
CALIFORNIA DEPARTMENT OF
Routes to School - Placerita Junior High School / Hart High School for
INDUSTRIAL RELATIONS
the City of Santa Clarita (City).
DIR No.1000003564
Since 1962, MNS Engineers, Inc. (MNS) has provided quality
CORPORATE OFFICE
infrastructure consulting services for transportation and government
201 N. Calle Cesar Chavez,
markets, specializing in our core services of civil engineering, land
Suite 300
surveying, construction management, and planning.
Santa Barbara, CA 93103
805.692.6921 Office/Fax
MNS has provided cities and counties throughout Southern California
mnsengineers.com
with safes routes to school and is pleased to present our qualified
LOCAL OFFICE
team to provide these key advantages:
100 E. Thousand Oaks Boulevard
THE MNS TEAM'S CORE BENEFITS
Suite 105
Thousand Oaks, CA 91360
Professional and Qualified Team
805.692.6921
Leading the MNS team is Michael Ip, PE, QSD, Project Manager, who
PROJECT CONTACT
has over 28 years of experience specializing in the design and
Michael Ip, PE
management of transportation facilities and capital improvement
Principal Engineer
projects including pedestrian and bicycle facility improvements.
805.719.9807
Michael's technical experience encompasses all project phases from
mip@mnsengineers.com
project reports, planning, and design, to construction management. A
AUTHORIZED SIGNATURE
seasoned, award -winning Principal Engineer, Michael is known for
completing projects on time and within budget. He has served as the
Brandon Reyes, PE
Vice President
Project Manager on seven transportation "Project of the Year"
951.532.4510
projects, and is currently working as the Project Manager on the breyes@mnsengineers.com
Dockweiler Drive Extension project for the City. He also served as the
Project Manager for the City's recent Newhall Avenue-141h Street Curb ADDENDA ACKNOWLEGEMENT
Extension project.
• Addendum 1, Aug 29, 2024
• Ql-Q5, last update Sep 12,
Similar Project Experience 2024
A depth of staff resources and a reputation for successful project
delivery and agency coordination are just some of the reasons clients count on MNS for consulting
SECTION 1. COVER LETTER AND PROJECT BACKGROUND
CJMNS
services year after year. MNS has served many cities and counties with street improvement projects
with an emphasis on pedestrian and bicycle facility improvements, including curb ramps and curb
extensions, requiring a responsive team to ensure project success. MNS' safe routes to school
experience includes:
• City of Santa Clarita, Newhall HSIP Pedestrian Safety Improvements
• City of Oxnard, Safe Routes to School Safety Enhancements
• City of Oxnard, Ramona Elementary School Pedestrian Crossing Improvements
• City of Oxnard, C Street Bicycle Improvements
• City of Thousand Oaks, Conejo School Road and Willow Lane Sidewalk and Bike Lanes
• City of Thousand Oaks, Los Feliz Drive Sidewalks Phase 2
• City of El Monte, Zone 9 Improvements
• San Bernardino County, Muscoy Pedestrian Improvements
PROJECT BACKGROUND
The goal of the proposed project is to build infrastructure improvements to support safe, active travel
for youth and their families to the schools located in the Newhall community in support of the City's
Safe Routes to School objectives. The improvements include enhanced bicycle and pedestrian facilities
and roadway improvements near Newhall Elementary School, Placerita Junior High School, and Hart
High School. These educational campuses also house the Golden Oak Adult School and Learning Post
Academy. Newhall Park is located between the two campuses.
In its motivation to continue improving mobility around schools, the City has recently upgraded five
intersections with curb extensions, including one designed by MNS Engineers at Newhall Avenue and 141h
Street. This project proposes to add curb extensions at another 3 intersections, while upgrading ramps
to current accessibility standards at 8 intersections. The project will also look to upgrade pedestrian
path accessibility on Newhall Avenue, between Dalbey Drive and Oak Street, and Dalbey Drive, from
Newhall Avenue to approximately 300 feet south, by upgrading sidewalks, driveways, and bus stops,
and installing speed feedback signs. The project will also create a bike route along 15th Street.
THE MNS COMMITMENT
MNS is confident our uniquely experienced and qualified team will provide quality services, ensuring
successful project delivery to meet the City's expectations and goals. We are excited about this
opportunity and looking forward to working with the City once again. Please contact me or Michael Ip
with any questions you may have about our submittal. Thank you for your consideration.
Sincerely,
MNS Engineers, Inc.
51vo--
Brandon Reyes, PE
Vice President
SECTION 1. COVER LETTER AND PROJECT BACKGROUND
MNN
a 1;7 ky, [•]y14;1711
About MNS Engineers, Inc.
Established in 1962, MNS Engineers, Inc. (MNS)
provides quality infrastructure consulting services
to the transportation, water resources, and
government service markets throughout
California. Specializing in the core services of civil
engineering, planning, construction management,
and land surveying, MNS' reputation has been built
on clear and direct communication and quality
services. We understand the technical,
environmental, and regulatory aspects that may
be required for any project. We are experienced
and knowledgeable in utility and multi -agency
coordination.
We offer in-depth project experience and a high
level of engineering design skill. We cover design
services for all project phases:
• Preliminary engineering studies
• Preparation of contract documents —plans,
specifications, and estimates (PS&Es)
• Plan check and peer review
• Stakeholders and utility coordination
• Pre -bid and bid phase assistance
• Permitting with counties, cities, Caltrans,
and other regulatory agencies
• Environmental regulations and permitting
• Funding requirements from federal, state,
and local resources
• Cost estimating
SECTION 2. QUALIFICATIONS OF FIRM AND ASSIGNED STAFF 4
C MNS
VALUE OF SELECTING MNS
The value of our firm's services lies within our
complete alignment with the City's goals. We strive
for time and budget efficiency, as well as continual
progress by anticipating both common and
unique project issues with the ability to resolve
them efficiently. As a result, the City will receive
much more than just our high -quality services:
Safe Routes to School Experience
Our MNS team has extensive experience in
designing safe routes to school, pedestrian
infrastructure, intersections, and bicycle
infrastructure improvement projects. This
experience also includes Division of the State
Architect approval processes. The team highlights
this experience with several similar projects in
neighboring locales.
F SW24-1(CA)
Ric R. B SIA
W t 6-7P
RI-5 , } , 39
\ 39A RIC
P "NEIGHBORHOOD WATCH"
"NEIGHBORHOOD WATCH' P � 12 e I R B 1 (CA)
R308 (CA) itt tr 1-1
W16-7P
Rc
R SNS
Ex RAN 3BA Rt-1
GLENWOOD DR 22 F N-1 (CA)
32 RIC
22+00 _ 23LL +0 I _ 24+00 LL �
38A
N-1 (CA) F o��, i
EX RM .
SNS R
Ri-1 tz \ ROB Si 1 P R30B(CA)
W16-7P
�AUIN., M. W.
FREMONT MIDDLE SCHOOZ Z l fig" -HITE DIAG
Qualified Responsive Team and Expertise
in Key Project Areas
MNS is known for the staff's responsiveness as well
as their technical and practical expertise. Our
proposed team members have worked together
on various projects of similar scope. Each
individual provides valuable skills which
strengthen and enhance the team as a whole.
Public Outreach and Communications
MNS is experienced in holding public workshops
and collaborating with a variety of project
stakeholders. We use visual aids to communicate
project goals, concepts, and final plans to
advance stakeholder consensus.
Cost -Effective and TimelyApproach
At MNS, our goal is the same as the City's goal —to
complete project objectives within the City's
budget and schedule. To achieve this shared goal,
we will utilize our expertise to maintain continuity
of the project through communication and
complete understanding of the project's progress,
while simultaneously determining best practices
needed to meet and/or exceed the City's budget
and schedule expectations. We provide creative
solutions to reduce costs and time schedules by
looking for ways to reduce custom work and the
amount of skilled -labor time and effort, whether in
the design stage or anticipating construction
challenges.
Team Readily Available
Our proposed team is readily available to support
the City's project needs in a prompt and timely
manner. Professional and responsible, we
understand the response time and availability are
important facets to succeed in this project.
SECTION 2. QUALIFICATIONS OF FIRM AND ASSIGNED STAFF 5
tL)MNS
COMPARABLE PROJECTS
of Santa Clarita
Newhall HSIP
Pedestrian Safety
Improvements***
in 2 \_
L;l[V Or 1nousana UOKS
Conejo School Rd &
Willow Ln Sidewalk
and Bike Lanes***
4 HSIP
C''AD
LEGEND
R
MS HS
or Uxnara
Safe Routes to
School Safety
Enhancements***
[::�) [::�] 10 4E
ROSA ok�b
City of Thousand Oaks
Los Feliz Drive
Sidewalks Phase 2
ROSA SIP
Number of schools serviced
or Uxnara
Ramona ES
Pedestrian Crossing
Improvements***
n 8 HSIP
0 S A jj
or Li Monte
Zone 9
Improvements
[:�] [:�] 0*
RRFB 4eto
pan bernaraino
Muscoy Pedestrian
Improvements***
16 ROSA
Number of Curb Extensions) dqb
Bicycle Facilities on Project
F- # on Project Division of the State Architect
DDSA
Pedestrian Beacon(s) on Project review
sIP *** Project Abstract Provided HSIP Funding
PROJECT ABSTRACTS
Newhall HSIP Pedestrian Safety Enhancements,
City of Santa Clarita
Project Reference Lisa Campos
Project Development Coordinator
Icampos@santa-clarita.com
661.857.2066
Dates Design: 2022-2023
Construction: 2023
Project Manager Michael Ip, PE
Engineer -of -Record Sam Potts, PE
Supporting Staff Patrick De Guzman, PE, Robert Wilcox,
Shane Sobecki, PLS, Marlon Yanez
MNS designed curb extensions at Newhall Avenue
and 14' Street, in front of the main Hart High
School entrance to reduce the crossing distance
across Newhall Avenue from 46 feet to 28 feet. On -
street drainage was used to avoid more
maintenance -intensive solutions. Challenges
included cross gutter design, existing curb heights,
driveway adjacent to the curb ramp, bus stops
and vehicle tracking, minimizing impacts to
existing catch basins, and accommodating the
Hart High School pick-up/drop-off exit driveway.
The project also coordinated with Verizon Business
(MCI) to raise the existing vault in place.
MNS provided preliminary and final design
services for the curb extension and curb ramp
design, topographic and right-of-way surveying,
and legals and plats for a permanent easement.
SECTION 2. QUALIFICATIONS OF FIRM AND ASSIGNED STAFF 6
C)MNS
Safe Routes to School Enhancements,
City of Oxnard
Project Reference Debbie O'Leary, Transportation
Planner
Debbie. OLeary@oxnard.org
805.816.8825
Dates Design: 2022-2023
Construction: 2024
Project Manager Michaellp, PE
Engineer -of -Record
Supporting Staff Sam Potts, PE, Robert Wilcox, Caleb
Frahm, Marlon Yanez
MNS prepared Safe Routes to School Plans,
Specifications, and Estimates (PS&E) for
infrastructure improvements at five schools:
Fremont Middle, Curren Elementary, Kamala
Elementary, Harrington Elementary, and
Lemonwood Elementary.
The project addressed missing or inaccessible
curb ramps, lack of traffic signs and pavement
markings, and poor intersection geometry that
obstructed views for motorists and pedestrians.
Infrastructure improvements included: 33 curb
extensions, 59 accessible curb ramps, 47 high -
visibility crosswalks, 56 roadside signs, four
Rectangular Rapid Flashing Beacons (RRFB), and
traffic pavement markings/striping.
Due to extremely mild grades, MNS designed
"floating islands" to allow drainage to continue
along existing curblines while still providing
physical infrastructure to narrow the intersection.
MNS provided preliminary and final design
services, including Division of the State Architect
coordination, utility coordination, and right-of-way
easements.
Ramona Elementary School Crossing
Improvements, City of Oxnard
Project Reference Debbie O'Leary, Transportation
Planner
Debbie.OLeary@oxnard.org
805.816.8825
Dates Design: 2021-2022
Construction: 2024
Project Manager Michaellp, PE
Engineer -of -Record
Supporting Staff Sam Potts, PE, Robert Wilcox
I �l.
Ali �m YR CNA ELEMEWEARY SCHOOL
MNS prepared Plans, Specifications, and Estimates
(PS&E) for infrastructure improvements at four
crossings serving Ramona Elementary School.
Cesar E. Chavez Elementary School, Colonia Park,
and a pre-K day care facility are also located
across the street.
The City of Oxnard obtained an HSIP grant to
improve pedestrian crossings with 20 curb ramps
(including 14 on new curb extensions), rapid
rectangular flashing beacons, high visibility
crosswalks, advance pavement markings, and
pedestrian signage. One of the curb extensions
replaced a high -radius, high-speed right turn in
front of the main school entrance.
The curb extensions accommodated existing
drainage using parkway drains, building curb
extensions around existing catch basins, and one
drainage modification. One driveway also had to
be included in a curb extension. Bike lanes were
installed on Cooper Road.
MNS provided preliminary and final design
services, including Division of the State Architect
coordination, utility coordination, and right-of-way
easements.
SECTION 2. QUALIFICATIONS OF FIRM AND ASSIGNED STAFF 7
C)MNS
Conejo School Road and Willow Lane Sidewalk
and Bike Lanes Improvements,
City of Thousand Oaks
Project Reference Jorge Munoz, Associate Engineer
Imunoz(cDtoaks. org
805.449.2434
Dates Design: 2018-2022
Construction: 2021-2022
Project Manager Michaellp, PE
Engineer -of -Record
Supporting Staff Sam Potts, PE, Shane Sobecki, Robert
Wilcox
This $4.5M project constructed approximately 1.3
miles of pedestrian and Class II/III bicycle facilities
on Conejo School Road and Willow Lane between
Hillcrest Drive and Hampshire Road. Along the
corridor are two schools, Conejo Elementary
School and the Westlake Montessori School, and a
daycare center.
MNS provided preliminary and final design,
environmental document, public outreach, right-
of-way property easements for roadway widening,
retaining walls, driveway reconstruction, sidewalk
and sidewalk infill construction, bicycle and traffic
lane striping and markings, curb ramps, curb
extensions, pedestrian signals, speed feedback
signs, median landscaping, parkway landscaping,
pavement rehabilitation, waterline improvements,
erosion control measures, drainage
improvements, and stormwater treatment
facilities.
The project was awarded a 2022 APWA Ventura
County Project of the Year Award and 2023 ASCE
Santa Barbara -Ventura Honorable Mention.
Muscoy Pedestrian Improvements,
San Bernardino County
Project Reference Lei (Rocky) Li, PE, Supervising
Engineer
lei.li@dpw.sbcounty.gov
909.387.1841
Dates Design: 2021-current
Project Manager/ Michaellp, PE
Engineer -of -Record
Supporting Staff Sam Potts, PE, Patrick De Guzman, PE,
Robert Wilcox, Caleb Frahm, Marlon
Yanez, Luis Valdez
The projects are proposed to improve pedestrian
routes around Muscoy Elementary School and
Vermont Elementary School in the Muscoy Area.
The projects were selected because Muscoy
Elementary School and Vermont Elementary
School are listed as priority projects in the San
Bernardino County Safe Routes to School Master
Plan. Improvements will include, but are not limited
to, closing 1.26 miles of sidewalk gaps around both
schools, repairing/replacing curb and gutter,
conforming 83 driveway approaches to the new
sidewalk, and improving pedestrian mobility at
crossings with high visibility crosswalks, signs, 25
curb ramps,16 curb extensions, 34 refuge pads, 20
rectangular rapid flashing beacons, 2 radar
vehicle speed feedback signs, and utility
relocation.
MNS provided preliminary and final design
services, Division of the State Architect
coordination, right-of-way easements, and utility
coordination.
SECTION 2. QUALIFICATIONS OF FIRM AND ASSIGNED STAFF 8
MNS
Michael Ip, PE, QSD
Project Manager
Sam Potts, PE, QSD/QSP
Assistant Project Manager,
Civil Lead
Patrick De Guzman, PE
Traffic Lead
Shane Sobecki, PLS, EIT
Survey Lead
KEY STAFF
Brandon Reyes, PE
Principal -in -charge
Supporting Staff
Robert Wilcox, EIT (QA/QC) Mina Salama
Yasmin Fuseini-Codjoe, EIT Marlon Yanez
Caleb Frahm, EIT Luis Valdez
Subconsultants
C Below (Utility Potholing)
Michael Ip, PE I Project Manager, Key Point of Contact
32 Years
Experience
Mr. Ip is a Principal Engineer with 32 years of experience specializing in the design and
management of transportation facilities and capital improvement projects. Michael's technical
experience includes all project phases including project reports, project planning, design, and
construction management. He excels in oversight and direction of technical professionals, client
liaison, quality control, subconsultant coordination, public outreach, and resources allocation to
ensure the timely delivery of project deliverables.
License / Certification /
Expertise Education
• Roadway • Professional Civil Engineer, CA
design No.43671
• Project • Qualified SWPPP Developer, CA
Management No.43671
• MS, Construction
Management, University of
California, Berkeley
• BS, Civil Engineering, University
of California, Irvine
Project Experience
• Newhall HSIP Pedestrian Safety Enhancements,
City of Santa Clarita
• Safe Routes to School Enhancements,
• Ramona Elementary School Pedestrian Crossing
Improvements,
• C Street Bicycle Improvements, "ity of Oxnar-
• Conejo School Road and Willow Lane Sidewalk and Bike
Lane Improvements, -ity of Thousand Oaks
• Los Feliz Drive Sidewalks Phase 2, City of Thousand Oaks
• Zone 9 Improvements, y of El Monte
• Muscoy Pedestrian Improvements, San Bernardino County
SECTION 2. QUALIFICATIONS OF FIRM AND ASSIGNED STAFF 9
J M N S
Sam Potts, PE I Assistant Project Manoopr cavil Lead
Years
Experience
Mr. Potts looks to improve his local communities by reimagining streets to be safer, more
equitable, and more livable through engineering design. Sam takes a multidisciplinary,
generalist approach to understand stakeholder priorities and create innovative solutions. His
expertise lies in street design, active transportation facilities, grading, specification writing,
multidisciplinary coordination, and computer modeling. Recently, Sam presented a poster
entitled "Curb Extension Design and Case Studies" at the 2023 ASCE Convention.
License / Certification /
Expertise Education
• Street Design • Professional Civil Engineer, CA
• Active No. 92519
Transportation • Qualified SWPPP Developer,
CA No. 27824
• BS, Civil Engineering, California
State University, Northridge
Patrick De Guzman, PE
. _ Years
Experience
Expertise
• Traffic
Engineering
• Transportation
Engineering
Project Experience
• Newhall HSIP Pedestrian Safety Enhancements,
City of Santa Clarita
• Safe Routes to School Enhancements, �ity of Oxnard
• C Street Bicycle Improvements, _..—
• Conejo School Road and Willow Lane Sidewalk and Bike
Lane Improvements,
• Muscoy Pedestrian Improvements, San Bernardino County
Mr. De Guzman has nine years of local government traffic and transportation engineering
experience encompassing active transportation, traffic safety, and calming roadway
enhancements, including has three years of private sector design experience. As a civil engineer
and traffic administrator, he utilizes his design knowledge to deliver roadway enhancements
signing and striping, traffic signal, roundabout, traffic control, and overall project management.
Patrick maintains a working knowledge of local city, county, and state engineering regulations.
License / Certification /
Education
• Professional Civil Engineer, CA
No. 92120
• BS, Civil Engineering, California
Polytechnic State University,
San Luis Obispo
Project Experience
• Pedestrian Safety Enhancements, City of Santa Clarita
• Pedestrian Crossing Enhancement HSIP at 6 Locations,
City of Santa Clarita
• Bikeway Enhancement Program, City of Irvine
• Rectangular Rapid Flashing Beacon HSIP at Seven
Locations, ity of Irvine, CA
Robert Wilcox, EIT I ci innnr+inri Staff, Quality Ap,,, it-r,-- 1 n, 1;f— r,^ntrol
9 Years
Experience
Expertise
• Transportation
Engineering
• Accessible
Facility Design
Mr. Wilcox has 8 years of experience, specializing in municipal consulting services, starting his
career in the Traffic Engineering department at the City of Thousand Oaks. His use of graphical
tools allows him to quickly identify problems to find common sense solutions. He is
knowledgeable in AutoCAD, GIS, and traffic data analysis softwares.
License / Certification / Project Experience
Education • Safe Routes to School Enhancements, �ity of Oxnard
• Engineer -in -Training • Ramona Elementary School Pedestrian Crossing
• BS, Civil Engineering, California Improvements, City of Oxnard
State University, Northridge • C Street Bicycle Improvements, City of Oxnard
• Los Feliz Drive Sidewalks Phase 2, City of Thousand Oaks
• Zone 9 Improvements, .� or tl Monte
• Muscoy Pedestrian Improvements, San Bernardino County
SECTION 2. QUALIFICATIONS OF FIRM AND ASSIGNED STAFF 10
CJMNS
PROJECT APPROACH
Project Basis of Design
MNS will base its project design based on the
following documents:
• City of Santa Clarita
o Minimum Street Design Standards
o Landscape Maintenance District
Standards
• American with Disabilities Act (ADA)
• Public Right -of -Way Accessibility
Guidelines (PROWAG)
• California Title 24 Building Code (CBC)
• Manual on Uniform Traffic Control Devices
(MUTCD), California edition
o Part 7 - Traffic Control for School Areas
• USDOT Pedestrian and Bicycle Information
Center Safe Routes to School (SRTS) Guide
• National Association of City Transportation
Officials (NACTO)
o Urban Street Design Guide
o Urban Bikeway Design Guide
• Caltrans Standard Plans
• Standard Plans for Public Works
Construction
Assessing Existing Facilities
The first step in the project will be to assess the
existing facilities via engineering field reviews and
survey data. Engineering field reviews would
gather data on:
• sidewalk width,
• cross slope,
• surface condition / inconsistencies
Electronic level showing a 7.9% sidewalk cross slope.
After analyzing this data, sidewalk segments will
be inventoried for any potential accessibility and
mobility deficiencies and opportunities. In this
assessment, MNS can collaborate with the City to
create a plan that will fit the project within any
budget constraints. Strategies may include
selecting specific sidewalk segments that will
have the greatest cost -benefit, such as only
improving the south side of Newhall Avenue
adjacent to Hart High School and Newhall Park.
Sidewalk Improvement Opportunities
4-foot-wide sidewalks mean that students and
other pedestrians cannot walk side -by -side. One
strategy may be to reconstruct the sidewalk to a
5-foot minimum width as required by PROWAG.
Another option may be to incorporate 5-foot wide
passing spaces every 200 feet per ADA standards.
Existing 4-foot-wide sidewalk on Newhall Avenue.
Driveways present a particular challenge to
wheelchair users. Historical driveway construction
SECTION 3. WORK STATEMENT 11
CiMNS
practices graded the driveway straight from the
back of the sidewalk to the curb, which create
cross slopes and transitions that may cause
wheelchair users to tip over. These driveways
should be reconstructed with a level path.
Driveway with a steep cross slope on the pedestrian path.
The driveways on Newhall Avenue serve both
schools, Newhall Park, and dozens of residences.
Specifications for reconstructing driveways should
minimize the time of closure for residences and
the park, and schedule activities during breaks for
schools. Additionally, driveway reconstruction
should strive to minimize right-of-way impacts.
6 bus stops along the project corridor could be
improved. ADA requires an 8-foot by 5-foot clear
space for wheelchair user boarding. However, this
also requires skilled maneuvering from bus
operators who may not be aware that the stop
request is for a wheelchair user. Bus pads should
also be considered to best preserve the pavement
A wheelchair user had to disembark from the bus onto grass.
Bus stop locations should be reviewed with the
City's transit department. Bus operations typically
improve with far -side stops while also increasing
pedestrian safety as crossings occur behind the
bus.
The City hosts its Sidewalk Poetry Project, which
"invites residents and individuals with connections
to Santa Clarita to contribute their short poems for
a chance to be featured on the City's sidewalks".
Many short poems are currently featured
throughout the corridor. MNS can help identify best
locations for sidewalk poetry locations to add "a
unique literary touch" to the Newhall community.
£'.1#�4_'�
i
Sidewalk Poetry on Oak Avenue.
Crossing Improvements opportunities
At crossings, objectives should include:
✓ Improving visibility,
✓ Reducing conflict lengths, and
✓ Reducing vehicular approach speeds.
The first opportunity to improve crossings is to
review crossing leg locations. Leg locations should
consider roadway geometry and desire paths. As
an example, at T-intersections, the through road
crossing should be placed to avoid the left turn
conflict. At 4-way intersections, consolidating four
legs to three legs helps provide "safety in
numbers" while reducing vehicular conflict points.
All crosswalks should use the high -visibility
continental type. At stop locations, limit lines
should be sufficiently offset from the crosswalk to
allow for adequate clearance between stopped
cars and pedestrians.
The city has identified 11 intersections requiring
curb ramp upgrades.
SECTION 3. WORK STATEMENT 12
J MNS
As a best practice, curb ramp layouts should use
one unidirectional ramp to serve one crosswalk.
Diagonal ramps should only be used where
constraints do not allow for unidirectional ramps.
This configuration ensures that wheelchair users
turn on the sidewalk rather than in the road.
Challenges will include maintaining drainage,
mitigating private property impacts, demarcating
the ramp space against any adjacent driveways,
and abnormally tall curbs (up to 11 inches) on
Newhall Avenue. Tall curbs not only increase
required ramp lengths, but also cause problems
for opening doors on parked cars.
Driveway on Walnut Avenue adjacent to curb ramr
Curb ramp layouts can be improved with curb
extensions their benefits readily meet each of the
aforementioned crossing objectives.
At the beginning of 2024, California law adopted
new "daylighting" standards, requiring 20 feet
between parked cars and crosswalks; physical
infrastructure, such as curb extensions, can be
utilized to help enforce this law.
The main parameters for curb extension design
are drainage, design vehicle tracking, and existing
utilities. MNS has experience using strategies such
as floating islands, parkway drains, flexible
bollards, and paint.
TYPE A1-6 PCC CURB PER
I YELLOW LADDER
CITY STD PLATE 111 ITYPI
CROSSWALK
STAMPED AND COLORED
DETAIL 38A
`�' CONCRETE PER CITY STD
WHERE SHOWN
PLATE 128(TYP)
PER PLAN
R1.
"- PAINT CURB RED 2-COAT
TV PEA2-6 PCC CURB 8 GUTTER
PER CITY RTO PLATE 111 - SEE
PLANS FOR LIMITS
TYPICAL TRAFFIC SIGN PLACEMENT
(LONGITUDINAL). PLACE WITH 1- MIN
LATERAL OFFSET FROM BOG E OFSIGN
PANEL TO STREET -SIDE TOP OF CURB.
PLACE N-1 (CA) SIGN ON ANY SIGN POSTS
WITHIN THE FLOATING ISLAND.
LIMIT LINE JI ;I
STOP LEGEND fll/j■*
DETAIL 38A
I (TYP)
MNS used this "floating island" detail on Oxnard's Safe Routes
to School project to ensure drainage on very mild grades. The
detail was developed based on a City of Los Angeles standard.
The City has preliminarily identified three
intersections for curb extensions. However, curb
extensions should also be considered for other
locations identified as curb ramp and crossing
improvements where constraints present
themselves. Drainage modifications are likely; the
Los Angeles County Flood Control District owns
and maintains facilities in the Newhall area, so a
Flood Construction Permit will likely be required.
Santa Clarita Transit bus routes 5 and 6 must make a right -
turn from Dalbey Drive to Newhall Avenue in heavy school
drop-off/pick-up traffic. A painted curb extension may be a
viable option at this corner to allow for bus turns while still
visually narrowing the intersection for vehicles.
All intersections in the project scope have stop
control, with the exception of four T-intersections
that have uncontrolled through movements.
Uncontrolled crossings typically allow for the use
of rapid rectangular flashing beacons to improve
visibility of pedestrians. Where increased visibility
SECTION 3. WORK STATEMENT 13
CiMNS
is needed at stop -controlled intersections, flashing
border stop signs can be used. Manufacturers of
both types of beacon devices offer solar -powered
systems that ease maintenance and utility
coordination.
Bikeway Improvement Opportunities
151h Street shared lane markings to create a Class
III bikeway from Newhall Avenue to Railroad
Avenue. The City may also want to consider speed
management measures such as medians.
Utility Coordination
The following utility companies are known to be in
the project's vicinity:
• AT&T Distribution
• Charter / Spectrum Communication
• Plains All American Pipeline
• SoCalGas
• Santa Clarita Valley Water Agency
• Tesoro -Marathon Pipeline
• Torrance Valley Pipeline / PBF Energy
• Southern California Edison
• Verizon Business (MCI)
The proposed design should prioritize mitigating
impacts to utilities through accommodation.
Impacts will delay construction schedules.
Overhead utility poles and large communications
vaults should remain in place.
The proposed curb extension at Oak Street and Kansas Street
will likely require relocation of the existing fire hydrant to the
new curb line.
Curb lines should consider locations of surface
utilities, such as valve covers, fire hydrants, and
vaults.
Speed Management
In order to maintain slow and safe vehicular
speeds, the City has proposed the installation of
radar vehicle speed feedback signs. MNS will work
with the City's traffic department to evaluate the
best locations.
Division of the State Architect Approval
For Safe Routes to School (SRTS) funded projects,
the City will need to obtain approval from the
Division of the State Architect (DSA). Based on our
previous SRTS project experience, we will ensure
that plan presentation meets DSA requirements at
the onset to allow for a quick approval process.
SCOPE OF WORK
This work statement has been developed as a safe
routes to school street improvement project.
MNS will comprehensively investigate the existing
conditions of the project's sites.
MNS will conduct an initial site visit evaluation
based on current best practices for Safe Routes to
Schools and identify factors that could affect the
project. MNS will perform three additional site visits
throughout the project to verify designs against
existing conditions. At the end of the project, MNS
will submit site visit data, including photographs,
videos, and notes.
Output
• Site Visit Data
SECTION 3. WORK STATEMENT 14
CMNS
MNS will request and review available City and
developer master plans, specific plans, record
drawings, reports, and studies within the project
limits.
MNS will use DigAlert to identify utility owners
within the project area, then do the following:
• Request utility atlases, drawings, and other
pertinent data from utility companies;
• Map existing utilities, incorporate into
project plans, and send to the utility owners
for verification;
• Coordinate and send utility relocation
letters to utility owners with conflicts to the
proposed improvements;
• Develop a utility matrix to track the utility
coordination process.
MNS will work with the City to request Underground
Service Alert (USA) markings at least three
business days ahead of topographic survey work
(Task 1.3).
Output
• Utility letters: Atlas Request, Verification,
Relocation, and Notice to Owner
• Utility matrix
MNS will perform field surveying and mapping
services in support of the improvements identified
in the RFP. MNS will establish new control on the
NAD83, Epoch 2017.50 horizontal datum, and
NAVD88 vertical datum based on local
benchmarks. The limits of the topographic ground
survey include 9 intersections,12 driveways, and
176 LF of sidewalk on Newhall Avenue. MNS will
prepare a topographic base map in AutoCAD at a
scale of 1"=20' with 1' contour intervals.
In addition, MNS will locate monuments to
establish centerline, right-of-way (R/W), and
adjacent property boundaries.
Assumptions: Surveying of underground utility
location not included. City will provide centerline
tie notes and R/W deeds of record. City will provide
R/W documents or cost of title reports to retrace
applicable boundaries.
Output
• Topographic mapping and data
(AutoCAD, PDF, shapefile)
• Right-of-way retracement
MNS will prepare suggested locations for utility
potholes based on the project design. After
receiving City approval for pothole locations, MNS
will then coordinate with team member C Below to
perform up to 20 potholes. The potholing data will
be included in the plans (see Task 3.2).
Output
• Utility Potholing Report
MNS will use project management best practices
to facilitate communication and information
sharing within the Project Development Team
(PDT) and external stakeholders through regular
meetings, scheduling, and quality control.
MNS will develop a PDT that includes City, MNS, and
subconsultant staff, and other stakeholders as
necessary. MNS will schedule and host one kick-off
meeting and up to 12 monthly virtual PDT
meetings. MNS will prepare and distribute
agendas, take minutes, and distribute approved
minutes and task lists to the PDT.
SECTION 3. WORK STATEMENT 15
MNN
Output
• PDT Agendas, Minutes, and Task Lists
MNS will develop a project design schedule
indicating activities, milestones, critical path,
including anticipated durations, City review
periods, and external stakeholder coordination
such as agency approvals and utility coordination.
A project design schedule will be provided at the
kick-off and updated for monthly PDT meetings.
Output
• Project Design Schedule
MNS will prepare a quality control plan to be used
throughout the course of the project.
Output
• Project Quality Control Plan
MNS will create a design and prepare construction
and right-of-way documents to facilitate a
smooth project for the City, stakeholders, and the
construction contractor.
The MNS team will prepare plans at 30%, 60%, 90%,
100%, and Final completion levels, signed and
sealed by the respective State of California -
authorized professional, using AutoCAD 2018 or
later. Plans will include:
• Title Sheet (1 sheet)
• General Notes (1 sheet)
• Survey Control (1 sheet)
• Demolition and Utility Disposition Plan
(5 sheets, l"=20' scale, double stacked)
• Pothole Investigation Information (1 sheet)
• Typical Sections (1 sheet)
• Street Improvement Plan (5 sheets,l"=20'
scale, double stacked, no profile)
• Drainage Modification Plan
(1 sheet, l"=10' scale)
• Construction Details
o Curb Extensions (3 sheets, l"=5' scale)
o Curb Ramps (4 sheets, l"=10' scale)
o Miscellaneous (1 sheet)
• Signing and Striping Plan
(5 sheets, l"=20' scale, double stacked)
• Traffic Control Plan (including Pedestrian
Detours) (up to 6 phases) (13 sheets,l"=20'
scale)
MNS will prepare 90%,100%, and Final construction
cost estimates showing bid quantities, unit prices,
and total costs.
MNS will prepare 90%,100%, and Final
specifications based on the Standard
Specifications for Public Works Construction and
consistent with the City's standard format.
MNS will prepare a vehicle tracking analysis exhibit
for up to 10 locations/design vehicles.
MNS will prepare and submit responses to each of
comments from the City's 30%, 60%, 90%, and 100%
reviews in a comment -response matrix.
MNS will assist the City with the Division of the
State Architect review process and coordination.
MNS will assist the City in obtaining a Los Angeles
County Flood Construction Permit.
Output
• 30%, 60%, 90%,100%, and Final Plans
(AutoCAD dwg, PDF, shapefile)
• 90%,100%, and Final Specifications
(Microsoft word docx)
• 90%,100%, and Final Estimate (PDF)
• 90%,100%, and Final Quantity Backup
SECTION 3. WORK STATEMENT 16
„J,MNS
• 30%, 60%, 90%,100%, and Final Vehicle
Tracking Analysis Exhibit (PDF)
• 30%, 60%, 90%, and 100% Comment -
Response Matrix
• 30%, 60%, 90%,100%, and Final Quality
Control Reviews
MNS will prepare legal documents, exhibit maps,
and closure calculations signed and stamped by
a licensed land surveyor. This will include up to:
eight temporary construction easements, five
rights -of -entry, and two permanent easements.
Output
• Temporary construction easements, right -
of -entry, and permanent easements
MNS will continue to support the project from bid
phase to construction to close-out.
MNS will provide technical support during the bid
phase of the project, assisting the City in
responding to plans and specifications questions.
MNS will attend one pre -construction meeting and
up to five jobsite meetings/inspection visits.
MNS will respond to up to 20 requests for
information (RFIs). MNS will review up to 30
submittals and shop drawings.
MNS will prepare up to five construction bulletins
and up to five construction correction notices. MNS
will review up to five contract change orders and
prepare associated cost estimates.
MNS will prepare the contractor punch list.
Output
• RFI responses, submittal reviews,
construction bulletins, construction
correction notices, contract change order
reviews and cost estimates, punch list
MNS will prepare as -built drawings based on the
Contractor's redlined plans.
Output
• As -built drawings, in CAD and PDF formats,
and two 24"x36” hard copies on bond
paper
• Environmental clearance will be by the City.
• City will coordinate with property owners.
• Proposed work within school property
would be via Right -of -Entry.
• Driveway replacements will be standard
plan callouts, not requiring detailed design.
• Landscaping and irrigation repair will be
specified as replace -in -kind.
For projects disturbing soil areas that exceed one
acre and change line and grade, Construction
General Permit (CGP) coverage is required. MNS
can prepare a Stormwater Pollution Prevention
Plan (SWPPP) and supporting Water Pollution
Control Plans in accordance with the 2022 CGP.
MNS can provide full design and plan detailing for
each driveway and its conform (up to 31
additional).
SECTION 3. WORK STATEMENT 17
4
> u ° u
a a 3 m
L � a
3
m
M 82 16th St
W
Q
E ..
u
�A
a t
D..e, .a T` .w°
>
o a c a c ,.
' m
9 < N
Cc
O N CE i
T T T E E 2 2 iC m y
a 0 13 a a x x Q = 5
w w 76
9 Q -C N N
U U U U cn m U
f
zn-
0 O t 4 O 1 1
6
QO
N N N N
co N N
7 N
M � N
N O N N
H H Li H
Lo NN
N N N
o
C
fq fq fq
> o o o
O O O
N 7 N
co
C .
'p_ L
d .m
N � O
> -_ U
C C
" CC,m
N L >>
U ` N
L�d/1 N O
o L L
U C d -'
Em L1
O O Y
N O O_
LL 0 H S
7 N O
M N�
O
N N N N N N N N N N� Lp O N I N O N
N N N N N N N r N N c0 N N O N N r
N N N r W c0 N N N N I� N a0 c0 N 664
7
C C 7 N o I- mM 61 O O O O O
2 Li LL LL LL LL LL LL LL LL LL LL LL LL Li Li Li H H H H H
NN N N N N N N N N N N N Lo c0 N 7 N uJ O O
M N N N N N N O N N N N ID N N N N N
N N r 7 N 0 m N N N m w m I
ID N N M_ N N_
N M N N D N N N N 7 .. o
N 7 N c0 I� o o' N co co
W
C C o C C C C C C C C C C C C C C C C C o C o
0 0� o 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0o�
V1 C, cu a '
O -p
O O N O N O N N O O O N O - 0 0 N
N o o N N N o M M -
D_ N
o
N E N .d E
_ N N
LL W N w
C N C
N U C U C
V Y O N O
3 3 3 0 o
O
ca
.� .� > U N Q y d p Q
N N O w Ll' N C .� .- p
o % a a
cL
U
D
o V U U V v W, ° a` c 3I
N m
O Y N N N N N W C oZj LL Vi o NN N
y L (D (D (D m m a a C D (D p d L ON N N N N
p o a a a a a a o V a E —o p,o p,o
Y L7 � o 0 0 0 0 0 N �.% d N C N C N C N
N co O O O O O O O O Q C d ca p NN c- N c- N
N N N M M 0 0 0 O —— 0 J LL W oo 0 QLL 0 LL 0 LL
W
MNN
C Below
Utility Pothole Investigation
C Below offers professional locating and mapping services throughout the western United States. Their
highly experienced technicians utilize the most advanced equipment in the industry to gather
information for your project.
This proposal remains valid for a 90-day period. The cost proposal file and the MNS 2024 Standard
Schedule of Fees has been provided in a separate envelope. The cost proposal provided is a "not -to -
exceed" amount. The City's standard contract, as included in Section D of RFP, is acceptable, and no
deviations are requested.
In summary
MNS is confident our uniquely experienced and qualified team will provide quality services, ensuring
successful project delivery to meet the City of Santa Clarita's expectations and goals. We look forward
to continuing our working relationship with the City through this contract. Please contact me or Michael
Ip with any questions you may have about our submittal. Thank you for your consideration.
Sincerely,
MNS Engineers, Inc.
51597
Brandon Reyes, PE
Vice President
SUBCONSULTANT UTILIZATION, STATEMENT OF OFFER AND SIGNATURE 20
CJMNS
11�1 111� of Santa
Notice to Proposers Regarding Contractual Requirements A-3
Designation of Subcontractors/Subconsultants A-6
References Form
A-7
Acknowledgement & Acceptance of Scope of Work A-8
City of Santa Clarita Disclosure Statement
ATTACHMENT A. REQUIRED FORMS A-1
ATTACHMENT 4.REQUIRED FORMS A-2
CJMNS
NOTICE TO PROPOSERS REGARDING CONTRACTUAL REQUIREMENTS
PROPOSAL # CIP-24-25-C2030
Safe Routes to School - PJH/HHS
City Project No. C2030
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
ATTACHMENT A. REQUIRED FORMS A-3
CC�MNS
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
ATTACHMENT A. REQUIRED FORMS
CC�MNS
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.
I have read and understand the above requirements and agree to be bound by them for any work
performed for the City.
Authorized Signature: 2 f Date: September 20, 2024
Printed Name: Brandon Reyes, PE
ATTACHMENT A. REQUIRED FORMS A-5
CJMNS
DESIGNATION OF SUBCONTRACTORS/SUBCONSULTANTS
PROPOSAL # CIP-24-25-C2030
Safe Routes to School - PJH/HHS
City Project No. C2030
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 M 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
C Below
DIR Registration No.
1000003150
Dollar Value of Work
$44,000
Location and Place of Business
Chino, CA
Bid Schedule Item No's:
Task 1.4
Description of Work
Potholing
License No.
CA Contractor License # 959964
(Class A, C29, C-61 / D09)
Exp. Date: / /
4/30/2025
Phone ( )
(888) 902-3569
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 ( )
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.
ATTACHMENT A. REQUIRED FORMS A-6
CC�MNS
REFERENCES
PROPOSAL # CIP-24-25-C2030
Safe Routes to School - PJH/HHS
City Project No. C2030
City of Santa Clarita, California
The following are the names, addresses, and telephone numbers of three public agencies for which proposer
has performed work of a similar scope and size within the past 3 years. If the instructions on this form conflict
with the references requested in the scope of work, the scope of work shall govern. Complete this form out
accordingly. Fill out this form completely and upload it with your proposal.
1 City of Santa Clarita, 23920 Valencia Boulevard, Suite 300, Santa Clarita, CA 91355
Name and Address of Owner / Agency
Lisa Campos, Project Development Coordinator, 661.857.2066
Name and Telephone Number of Person Familiar with Project
Design engineering for curb extension at 2023
$30K Newhall Avenue and 14th Street
Contract Amount Type of Work Date Completed
2 City of Oxnard, 305 W. Third Street, Oxnard, CA 93030
Name and Address of Owner / Agency
Debbie O'Leary, Transportation Planner, 805.200.5283
Name and Telephone Number of Person Familiar with Project
SRTS ($213K) Design engineering for Safe Routes to School SRTS (2023)
Ramona ES ($34K) Enhancements, Ramona ES Pedestrian Improvements, Ramona ES (2022)
C Street ($109K) and C Street Bicycle Improvements C Street (2022)
Contract Amount Type of Work Date Completed
3 City of Thousand Oaks, 2100 E. Thousand Oaks Boulevard, Thousand Oaks, CA 91362
Name and Address of Owner / Agency
Mike Tohidian, Senior Engineer, 805.449.2516
Name and Telephone Number of Person Familiar with Project
Design engineering for Conejo School Road
$880K and Willow Lane Sidewalk and Bicycle Lanes 2022
Contract Amount Type of Work Date Completed
ATTACHMENT A. REQUIRED FORMS A-7
CJMNS
ACKNOWLEDGEMENT & ACCEPTANCE OF SCOPE OF WORK
PROPOSAL # CIP-24-25-C2030
Safe Routes to School - PJH/HHS
City Project No. C2030
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 Safe Routes to School -
PJH/HHS. 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: Date: 9/20/24
9/20/24
*Estimator's Signature: Date:
9/20/24
*Owner's Signature: Date:
*All three signatures required
ATTACHMENT A. REQUIRED FORMS A-8
CC�MNS
CITY OF SANTA CLARITA DISCLOSURE STATEMENT
PROPOSAL # CIP-24-25-C2030
Safe Routes to School - PJH/HHS
City Project No. C2030
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.
N/A
2. If any person identified pursuant to No. 1 above is a corporation or partnership, list the names of all
individuals owning more than ten percent of the shares in the corporation or owning any partnership
interest in the partnership.
N/A
3. If any person identified pursuant to No. 1 above is a non-profit organization or a trust, list the names
of any persons serving as a director of the non-profit organization or as a trustee or beneficiary or
trustor of the trust.
N/A
4. Has the offeror had more than $250.00 worth of business transacted with any member of the City of
Santa Clarita staff, boards, commissions, committees, and Council within the past twelve months? If
yes, please indicate the person(s) with whom you have conducted business.
N/A
NOTE: Attach additional pages as necessary.
]�f
gnature o eror
Brandon Reyes, PE
Print or Type Name of Offeror
9/20/2024
Date
ATTACHMENT A. REQUIRED FORMS
A-9
MNN
Addendum No. 1
PROPOSAL #CIP-24-25-C2030
Safe Routes to School — PJH/HHS
City of Santa Clarita, California
Addendum No. 1
August 29, 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 August 28, 2024, beginning at 2:00 PM (PT). The
meeting was conducted via Zoom.
Attending Staff:
• McKenzie Bright— Management Analyst, Public Works
• Jaclyn Abston — Buyer, Administrative Services
Attending Vendors:
• Madison Vassilopoulos, Kimley-Horn
• Darryl DePencier, Kimley-Horn
• Jean Fares, Kimley-Horn
• Jeff Chess, Psomos
• Abdollah Ansari, EXP
• Christine Brown, EXP
• Man Nguyen, EXP U.S. Services Inc
• Gabriel Rodriguez, EXP U.S. Services Inc
• Sam Potts, MNS Engineers Inc
• Patrick De Guzman, IONS Engineers Inc
• Christian Cheng, RICK
• Nadine White
• MIP
The following questions were asked and answered:
Q1) Regarding proposal submission on BidNet, can we submit all documents in one folder or separate
submissions?
Al) You must submit completed proposals on BidNet through the portal, and submit one complete hard
copy.
Q2) Do we need to schedule an appointment to drop-off the required hard copy of our submission?
A2) No, you may drop-off submissions at the City Clerk's office at City Hall anytime during business
hours. Staff will time stamp the submission. All submissions must be received by 11:00 AM PT on the
day of closing. Additionally, proposals can also be mailed to the City Clerk's office and must arrive
before 11:00 AM PT on the day of closing.
PROPOSAL # CIP-24-25-C2030
ATTACHMENT B. ADDENDA ACKNOWLEDGEMENT B-1
MNN
Addendum No. 1
August 28, 2024
Q3) In the RFP forms section, there is no place to put the documents. Should they be included in the
proposal document or separately?
A3) You can incorporate forms in your proposal or as separate files, as long as the required forms are
included.
Q4) For the Acknowledgement & Scope of Work form, three signatures are required. Can you explain
who the Estimator would be?
A4) The Estimator would be the person most involved in pricing the project. All three signatures
required can be the same person.
QS) If we see an opportunity for enhancements in the Scope of Work, could they be offered for the City
to consider?
AS) Please address the core Scope of Work, but enhancements can be discussed. The City values any
recommendations and enhancements.
Q6) What is the funding source for the project?
A6) The funding for the design of the project will be appropriated at the time of contract award;
construction for the project is partially funded through federal funds.
The following was reviewed:
• Project scope of work
• Bidding Guidelines
PROPOSAL 4 CIP-24-2S-C2030
ATTACHMENT B. ADDENDA ACKNOWLEDGEMENT B-2
MNN
END OF ADDENDUM
Addendum No. 1
August 28, 2024
This addendum must be acknowledged via BidNet and should be included with the response.
September 20, 2024
x
Contractor's Representative Date
MNS Engineers, inc.
Company Name
PROPOSAL N CIP-24-25-C2030
ATTACHMENT B. ADDENDA ACKNOWLEDGEMENT B-3
Negotiated Scope of Work and Cost Files
MNS
100 E. Thousand Oaks Blvd., Suite 105
LOCAL OFFICE Thousand Oaks, CA 91360
805.692.6921 Office
PROJECT CONTACT Michael Ip, PE, QSD, Project Manager
805.719.9807 1 mip@mnsengineers.com
AUTHORIZED Brandon Reyes, PE, Vice President
SIGNATURE 951.532.4510 1 breyes@mnsengineers.com
October 18, 2024
Ci
C MNS
E10101: J : t•7;ITITN*11
This work statement has been developed as a pedestrian improvement project without any state or
federal grant funding.
MNS will investigate the existing conditions of the project's sites.
MNS will conduct an initial site visit evaluation based on current best practices for Safe Routes to
Schools and identify factors that could affect the project. MNS will perform three additional site visits
throughout the project to verify designs against existing conditions. At the end of the project, MNS will
submit site visit data, including photographs, videos, and notes.
Output
• Site Visit Data
MNS will request and review available City and developer master plans, specific plans, record drawings,
reports, and studies within the project limits.
MNS will use DigAlert to identify utility owners within the project area, then do the following:
• Request utility atlases, drawings, and other pertinent data from utility companies;
• Map existing utilities, incorporate into project plans, and send to the utility owners for verification;
• Coordinate and send utility relocation letters to utility owners with conflicts to the proposed
improvements;
• Develop a utility matrix to track the utility coordination process.
MNS will work with the City to request Underground Service Alert (USA) markings at least three business
days ahead of topographic survey work (Task 1.3).
Output
• Utility letters: Atlas Request, Verification, Relocation, and Notice to Owner
• Utility matrix
MNS will perform field surveying and mapping services in support of the improvements identified in the
RFP. MNS will establish new control on the NAD83, Epoch 2017.50 horizontal datum, and NAVD88 vertical
datum based on local benchmarks. The limits of the topographic ground survey include 12
intersections, and 1 non -intersection driveway. MNS will prepare a topographic base map in AutoCAD at
a scale of 1"=20' with 1' contour intervals.
SCOPE OF WORK 2
CJMNS
MNS will locate monuments to establish applicable project centerlines. MNS will establish right-of-way
(R/W) for up to 6 applicable intersections. Other intersections and property lines will use GIS-based
linework.
Assumptions: Surveying of underground utility locations not included. City will provide centerline tie
notes and R/W deeds of record. City will provide R/W documents or cost of title reports to retrace
applicable boundaries.
Output
Topographic mapping and data (AutoCAD, PDF, shapefile)
Right-of-way retracement (AutoCAD, PDF)
MNS will prepare suggested locations for utility potholes based on the project design. After receiving
City approval for pothole locations, MNS will then coordinate with team member C Below to perform up
to 2 potholes. The potholing data will be included in the plans (see Task 3.2).
Assumptions: City will issue a no -fee permit. WATCH manual or MUTCD Typical Applications will be used
for Traffic Control submittal and approval.
Output
Utility Potholing Report
MNS will use project management best practices to facilitate communication and information sharing
within the Project Development Team (PDT) and external stakeholders through regular meetings,
scheduling, and quality control.
MNS will develop a PDT that includes City, MNS, and subconsultant staff, and other stakeholders as
necessary. MNS will schedule and host one kick-off meeting and up to 5 virtual PDT meetings after
milestone submittals. MNS will prepare and distribute agendas, take minutes, and distribute approved
minutes and task lists to the PDT.
Output
PDT Agendas, Minutes, and Task Lists
MNS will prepare a quality control plan to be used throughout the course of the project.
Output
Project Quality Control Plan
SCOPE OF WORK 3
M N S
� o
MNS will create a design and prepare construction and right-of-way documents to facilitate a smooth
project for the City, stakeholders, and the construction contractor.
The MNS team will prepare plans at 60%, 90%,100%, and Final completion levels, signed and sealed by
the respective State of California -authorized professional, using AutoCAD 2018 or later. Plans will
include:
• Title Sheet (1 sheet)
• General Notes, Survey Control, and Key Map (1 sheet)
• Demolition and Utility Disposition Plan with Pothole Investigation Information (2 sheets,l"=20'
scale, double stacked)
• Typical Sections (1 sheet)
• Street Improvement Plan (2 sheets, l"=20' scale, double stacked, no profile)
• Drainage Modification Plan (1 sheet, l"=10' scale)
• Construction Details
o Curb Extensions (3 sheets,l"=5' scale)
o Curb Ramps (4 sheets, l"=10' scale)
o Miscellaneous (1 sheet)
• Signing and Striping Plan (5 sheets, l"=20' scale, double stacked)
• Traffic Control Plan (including Pedestrian Detours) (up to 2 typical geometric cases (3-way T
and 4-way), 2 phases each case) (2 sheets)
MNS will prepare 60%, 90%,100%, and Final construction cost estimates showing bid quantities, unit
prices, and total costs.
MNS will prepare 90%,100%, and Final specifications based on the Standard Specifications for Public
Works Construction and consistent with the City's standard format.
MNS will prepare a vehicle tracking analysis exhibit for up to 10 locations/design vehicles.
MNS will prepare and submit responses to each of comments from the City's 60%, 90%, and 100%
reviews in a comment -response matrix.
MNS will assist the City in obtaining a Los Angeles County Flood Construction Permit in preparing a plan
and calculation package, submission via EPIC -LA, and revisions and coordination as needed. We
assume City will pay all permit and plan checking fees.
Output
60%, 90%,100%, and Final Plans (AutoCAD dwg, PDF, shapefile)
90%,100%, and Final Specifications (Microsoft word docx)
90%,100%, and Final Estimate (PDF)
SCOPE OF WORK 4
,,J,MNS
• 90%,100%, and Final Quantity Backup
• 60%, 90%,100%, and Final Vehicle Tracking Analysis Exhibit (PDF)
• 60%, 90%, and 100% Comment -Response Matrix
• 60%, 90%,100%, and Final Quality Control Reviews
MNS will prepare exhibit maps in support of three rights -of -entry.
Output
• Right -of -entry exhibit maps
TASK 4 . and Construction Manag
..Support
MNS will continue to support the project from bid phase to construction to close-out.
MNS will provide technical support during the bid phase of the project, assisting the City in responding
to plans and specifications questions.
MNS will attend one pre -construction meeting and up to five jobsite meetings/inspection visits.
MNS will respond to up to 20 requests for information (RFIs). MNS will review up to 10 submittals and
shop drawings.
MNS will prepare up to five construction bulletins and up to five construction correction notices. MNS will
review up to five contract change orders and prepare associated cost estimates.
MNS will prepare the contractor punch list.
Output
• RFI responses, submittal reviews, construction bulletins, construction correction notices, contract
change order reviews and cost estimates, punch list
MNS will prepare as -built drawings based on the Contractor's redlined plans.
Output
• As -built drawings, in CAD and PDF formats
• Environmental clearance will be by the City.
• City will coordinate with property owners.
• Proposed work within school property would be via Right -of -Entry.
SCOPE OF WORK 5
• Driveway replacements will be standard plan callouts, not requiring detailed design.
• Landscaping and irrigation repair will be specified as replace -in -kind.
SCOPE OF WORK 6
O
0
O
N
U
LO
V
a
vU
00
M U
W
a 0)
LL =
U r
i N
7 =
O
w O
N O
C� U
C
M
N .m
F 2
U O
E
3
to �
N .0
N N
� U
c a
W
rn o
Z 0
(n
0
U)
N
0
of
d
m
slsoo lelol
O
o
O
'M'
O
slsoo lelol
aui� AselgnS
o
m
o 0
0 0
<» c1l
0
c
o
Lo
o 0
co
0 0
Lo Lo
0 0
cf Lo
0
0
salgesingw!ay
0 0
0
v
MOaH-o
0
u�
M
0
i»
0
u�
M
0
i»
slsoo aom osay SNW
0 0
fA �
0
�
0 o
fA fA
O O
N
fA fA
O O
co
fA �
O o
LL6 �
fA �
o O
� fA
O O
fA fA
O O
N
fA fA
O
fA
fA
sjnOH aomosay SNW
Q
N
N O
O O
WQ WQ
ry N
N
n O
W N
N W
O
W
uosiadu!eyo
o
�O
O
Ja!4o Ryed
O
rn
W
Q
W
Q
O
w
JolaninS
'G
r
o
0
0
loafad ale!oossy
i»
(„A,agos)
o
0
ro
o
jolanmS led!ouud
(zaPleA
O
/ eweles / zeue),)
o o
a,
Q ,o
O o�
N I
N
Jaau!6u3 luels!ssy
"'
N
w w
( 4 =l)
O
Jaau!6u3 ale!oossy
(aofpoo-!u!asn3
O
/ XOOI!M)
N
N
b b
N
O W
b Q
Jaau!6u3 loafad
"'
�
(uewznU
0
aia)
au 63U3
G
m
v
loafad Jo!aus
d
jaeu!6u3led!ouud
n
0
o
N
fA
A
Q
N
O
Q
O
S
A
�
A
0
U
N
�
N
0I
O
N
O
l
N
O
F
F
O
0
-
D
Of
W
y
'p
m
m
- -
W o
y
U L
Q
of
O
O-
o
o
a
wo
W+O_%
U
n
m
E
smU
.
d
m
p
o.
U
N
m
o
o
W
F-
Cj
Y Q
'
0
0 U
CO F 0
Q
d' I
LL,
N N
�
Mn
L
0
0
O
N
U
N
V
N
a
vU
00
w t
M U
W (n
a) 01
LL =
U r
U N
7 =
O
w O
N O
C� U
C
(6
N .m
F 2
U O
E
(A �
N .0
N N
� U
c a
W
(n o
Z 0
(n
O
U)
N
0 0
of
d
m
slsoO lelol
ASel
O
ro
v
slsoO lelol
au!� AselgnS
N of
of V
N N
M N (O
salgesjngw!ay
0
Molao-O
slsoO aomosay 3NW
O
o
O O
N of
O O
o
of V
O O
m m
N N
O O O
N co r
M N (O
sjnOH aomosay SNW
uosiadu!ego
0
�O
Ja!4O Rued
O
jolaAinS
'G
r
loafOJd alelo0ssv
(!MoagoS)
jolanmS led!ouud
(zaPleA
O
/ eweleS / zeue),)
Jaau!6u3 luels!ssy
(wyw3)
Jaau!6u3 ale!oossy
(aofpoO-!u!asn3
O
/ XOOI!M)
N
N Q
Jaau!6u3 loafad
(uewznO
aO / sRod)
Jaau!6u3
�
loefad Jo!auS
(d I)
O
jaau!6u3led!ouud
�
Q
b N
A
`o
a
0
`o
N
E
�
3
o
n
u�
1
� o
n n
o
—1
O
O
O
a� :•
o �
A O
� Z
> m
m m
O
Q
N Q
Q O
N
L
0.0
a�
O
ol
vCO
0
m U
0
c
A
n
n E
Q m
+.
S
�" Fy
y
Cf1 U
0
lL
0 0
0 0 Q
v1
�
ENGINEERING
Principal Engineer...........
Lead Engineer ...................
Supervising Engineer.....
Senior Project Engineer
Project Engineer ...............
Associate Engineer.........
Assistant Engineer...........
Principal Surveyor .........................
Lead Surveyor .................................
Supervising Surveyor ...................
Senior Project Surveyor ..............
Project Surveyor .............................
Associate Project Surveyor........
Assistant Project Surveyor.........
Party Chief(PW).............................
Chainperson (PW).........................
One -Person Survey Crew (PW)
TECHNICAL SUPPORT
CADD Manager ...............
Supervising Technician
Senior Technician...........
Engineering Technician
J M N ME7
2024 STANDARD SCHEDULE OF FEES
$305
.270
.255
.235
.210
.190
.175
$280
.270
.230
.210
.185
.175
.160
.190
.160
.225
$210
.180
.170
.130
PROJECT/PROGRAM MANAGEMENT
Principal -In -Charge ............................... $340
Senior Project/Program Manager ...... 325
Project/Program Manager....................275
Assistant Project/Program Manager 255
Senior Project Coordinator ...................195
Project Coordinator.................................165
CONSTRUCTION MANAGEMENT
Principal Construction Manager ......
$330
Senior Construction Manager.............290
Senior Resident Engineer ......................265
Resident Engineer....................................250
Structure Representative .......................245
Construction Manager ...........................230
Assistant Resident Engineer.................210
Sr. Construction Inspector (PW) ........185
Construction Inspector (PW) ..............177
Office Administrator................................135
PLANNING
Planning Director...................................$235
City Planner/Planning Manager .........
220
Principal Planner.......................................205
Senior Planner...........................................190
Associate Planner.....................................160
Assistant Planner......................................135
Planning Technician................................115
ADMINISTRATIVE SUPPORT
Senior Management Analyst.............$195
Management Analyst..............................165
IT Technician...............................................150
Graphics/Visualization Specialist .......
160
Administrative Assistant ........................105
GOVERNMENT SERVICES
City Engineer ...........................................
$265
Deputy City Engineer..............................235
Assistant City Engineer ...........................225
Plan Check Engineer................................185
Permit Engineer.........................................175
City Inspector.............................................168
Senior City Inspector (PW) ..................185
City Inspector(PW)..................................177
Principal Stormwater Specialist ..........
190
Senior Stormwater Specialist...............180
Stormwater Specialist.............................170
Stormwater Technician ..........................150
Building Official.........................................250
Senior Building Inspector ......................200
Building Inspector....................................175
Senior Grant Writer..................................190
Grant Writer................................................180
Associate Grant Writer ...........................160
Assistant Grant Writer ............................145
DIRECT EXPENSES
Use of outside consultants as well as copies, blueprints, survey stakes, monuments, computer plots, telephone, travel (out of area) and all similar charges
directly connected with the work will be charged at cost plus fifteen percent (15%). Mileage will be charged at the current federal mileage reimbursement rate.
Rates shown with Prevailing Wage "(PW)" annotation are used for field work on projects subject to federal or state prevailing wage law and are subject to
increases per DIR.
ANNUAL ESCALATION
Standard fee rates provided for each classification are subject to 5%annual escalation or the most recent US Bureau of Labor Statistics Consumer Price Index,
whichever is higher.
OVERTIME
Overtime for non-exempt employees will be charged at 1.5 x hourly rate; overtime for exempt employees and other classifications will be charged
at 1 x hourly rate.
Rev. 1/9/2024