Loading...
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