HomeMy WebLinkAbout2014-06-10 - AGENDA REPORTS - NEWHALL AVE PROJ B2015 (2)Agenda Item• 3
CITY OF SANTA CLARITA
AGENDA REPORT
CONSENT CALENDAR City Manager Approval: A��4
Item to be presented by: Curtis Nay
DATE: June 10, 2014
SUBJECT: NEWHALL AVENUE BEAUTIFICATION, PROJECT B2015 -
APPROVE DESIGN CONCEPT AND AWARD DESIGN
CONTRACT
DEPARTMENT: Public Works
RECOMMENDED ACTION
City Council:
1. Approve the median design concept for the Newhall Avenue Beautification, Project
B2015.
2. Award the design contract to Penfield & Smith Engineering, Inc., in the amount of
$183,945, and authorize a contingency in the amount of $18,395 for a total contract
amount not to exceed $202,340.
3. Authorize the City Manager or designee to execute all documents, subject to City
Attorney approval.
BACKGROUND
The City of Santa Clarita (City) has made a significant investment in the Newhall community
with the completion of the Old Town Newhall Library, Veterans Historical Plaza, Main Street
Streetscape, and the Roundabout. Beautification of the major thoroughfares, such as Railroad
Avenue and Newhall Avenue, provide access to downtown Newhall and is a continuation of the
City's investment in this area.
Public Outreach Activity
During the past year, Special Districts and Public Works staff conducted extensive public
outreach with the members of the Newhall community in the project area. The goal of the
outreach was to provide information and receive feedback regarding the configuration of the
proposed landscaped medians on Newhall Avenue.
pM'j��
The outreach program began in July 2013 with meetings between staff and key stakeholders
whose property and or business could potentially be impacted by the project. In addition to
property and business owners, staff also met with residents and condominium associations along
Newhall Avenue. Based upon input received through the outreach process, staff modified the
initial design and produced a median configuration that carefully balances a desire for access
with the project's primary goal of beautifying the Newhall community. The proposed design has
been presented to each of the key stakeholders in individual follow-up meetings with City staff.
Following the targeted outreach efforts, staff invited all property owners and tenants in the
neighboring community to attend an open house at Hart Hall on January 23, 2014. At this
meeting staff from the City's Special Districts, Capital Improvement Projects, and Traffic and
Transportation Planning divisions were available to discuss the project and provided input on the
proposed median configuration. Community members representing five properties attended the
open house. The proposed median configuration was designed with substantial public input and
support from the community.
Design Concept
The Newhall Avenue Beautification project will add a landscaped median from 80 feet south of
the Southern California Regional Rail Authority railroad tracks to 550 feet north of the Antelope
Valley Freeway (State Route 14), totaling about 1.2 miles. The proposed median will replace
striped pavement medians with irrigated, landscaped medians consistent with the City's
Landscape Maintenance District (LMD) standards. Specifically, the median will incorporate the
City's water management technologies, standard landscape design, and hardscape design. As part
of this project, a traffic light is proposed at the Newhall Avenue/Pine Street/Arch Street
intersection to improve safety and traffic circulation.
The location of the Newhall Avenue median was chosen for two reasons: (1) to bring the look
and benefits of well-maintained medians located throughout the City to the Newhall community
and (2) to enhance Newhall Avenue as the southerly gateway to downtown Newhall. This project
exemplifies the City's commitment to maintaining the high quality of life enjoyed by Santa
Clarita residents. This landscape design is certified and compliant with Assembly Bill 1881, the
state law regarding water efficiency. Investing in high-quality landscape projects within the
public right-of-way, such as this project, helps maintain higher property values and keeps the
City on the cutting edge of water management.
The median concept attached provides a detail of access locations and limits of the new median.
It also identifies a future signalized intersection improvement on Newhall Avenue between Race
Street and Carl Court, which will be part of the Tentative Tract Map 50283 (Gate -King)
development project. During the median design, consideration will be given to the signalized
intersection to minimize median modifications in the future. This plan will be used by the
selected design firm to develop the project plans and specifications.
Staff recommends the City Council approve the proposed median configuration, which most
effectively meets the objective of beautifying the public right-of-way within the Newhall
community with careful consideration of access for each property in the project boundary.
Design Team Selection Process
On March 12, 2014, a Request for Proposal was sent to five civil engineering design firms on the
City's design consultant list with experience on similar projects. Four of the five firms prepared
and submitted proposals to the City for consideration. The following is a summary of the civil
engineering firms' costs and ratings.
Ranking Company Location Overall Cost Score
1 Penfield & Smith Engineering, Inc. Camarillo, CA $183,945 96
2 MNS Engineers, Inc. Westlake Village, CA $203,824 93
3 Hall & Forman, Inc. Santa Clarita, CA $165,704 87
4 URS Corporation Los Angeles, CA $260,687 86
The scoring system heavily emphasized the understanding of the required scope of work, key
development items, potential issues and resolutions, understanding of the City's median
landscape design guidelines, experience with previous median landscape designs, qualifications
of the project team and their resources, and the quality and completeness of the proposals.
While the two top-ranked firms presented strong proposals, staff recommends Penfield & Smith
Engineering, Inc., (Penfield) as the top -qualified civil engineering design firm for the completion
of the civil engineering and landscape architecture design effort. Penfield's rating is a reflection
of their experience with preparing design plans for similar median projects, their understanding
of the required scope of work and potential issues, the completeness of their proposal, and having
the resources and ability to meet the expected schedule.
Penfield was the designer of the newly constructed Bouquet Canyon Road median and the
Railroad Avenue median project, which is now nearing completion. The plans for each median
were complete and provided good direction to the contractor identifying all work necessary to
complete the projects. The median on Railroad Avenue and the subject median on Newhall
Avenue lie on the relinquished State Route 126. Familiarity of the site will provide Penfield with
a design efficiency, allowing them to expedite the design process and identify key issues similar
to those resolved during the design of the Railroad Avenue median.
Penfield recognizes the site may have old pavement beneath the existing asphalt pavement and
proposes a detailed potholing and coring program to identify the limits of potential abandoned
pavement sections and to provide solutions for dealing with the permeability and drainage issues
within the proposed landscape areas. Their similar approach to the Railroad Avenue median
design was accurate and successful in minimizing changes during construction. They also
demonstrated an understanding of issues related to planting in new median areas. Penfield's
proposal includes soil testing of the subgrade to determine the suitability of the existing soil for
planting and whether soil amendments are needed.
Finally, Penfield has the resources to complete the work in a timely fashion. The schedule
included in their proposal details a timeline of all tasks with a completion consistent with the
City's expected timeline.
The third -ranked firm did not demonstrate an understanding of the project and submitted a
schedule which does not meet the timeline expected by the City. The proposal left out several
3
key tasks such as pavement evaluation, Stormwater Pollution Prevention Plan, demolition plans,
and soil testing of the subgrade to determine the suitability of the existing soil for planting. These
deficiencies can cause time delays and add significant construction costs by not anticipating work
needed to complete the job, such as possible pavement work, soil amendments, and demolition
work. Additionally, their proposed coring program is insufficiently adding to the possibility of
unforeseen work to protect unknown utilities and to remove unexpected, unsuitable material.
Their cost proposal being the lowest does not include costs for the above-mentioned deficiencies.
California Government Code 4526 prescribes 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 architectural and engineering services based on cost. The City was able to reach an
agreement with Penfield at a fair and reasonable price.
ALTERNATIVE ACTIONS
Other action as determined by the City Council.
FISCAL IMPACT
Adequate funds from LMD (Fund 357) Zone 2008-1 are appropriated in Expenditure Account
B2015357-5161.001 to provide for design costs.
ATTACHMENTS
Location Map
Median Concept
Penfield & Smith Contract available in the City Clerk's Reading File
Exhibit A - Project Work Statement available in the City Clerk's Reading File
Exhibit B - Project Fee Estimate available in the City Clerk's Reading File
W,
I
O� City OfSANTA CLARITA
Newhall Avenue Median Beautification
Project B2015
\Q
4A
N
a.
az
Nib�&u �..s.ICw1� W ]�Atll.
T. Gp'o18mY GVIYMmlwrnn
Meq 4.ry.mneimYres. m
YV F.m�I h.O elnM nCYM1
11.
Ovr
•�'t.
T a1
a r:jQLW
f
`"'"'SA.ti I'A CLARIT.A"
Newhall Ave (Railroad to SR -14)
PROFESSIONAL SERVICES AGREEMENT
BETWEEN
THE CITY OF SANTA CLARITA AND
PENFIELD'& SNUTH
Contract No. 14-00193
This AGREEMENT is entered into this day of N_, by and
between the CITY OF SANTA CLARITA, a municipal corporation and general law city ,
("CITY") and PENFIELD & SMITH], [Civil Engineering & Construction Management ]
("CONSULTANT").
1. CONSIDERATION.
A. As partial consideration, CONSULTANT agrees to perform the work listed in the
SCOPE OF SERVICES, below; and
B. As additional consideration, CONSULTANT and CITY agree to abide by the
terns and conditions contained in this Agreement; and
C. As additional consideration, CITY agrees to pay CONSULTANT a sum not to
exceed Two Hundred and Two Thousand, Three Hundred Forty dollars
($202,340) for CONSULTANT's services. CITY may modify this amount as set
forth below. Unless otherwise specified by written amendment to this
Agreement, CITY will pay this sum as specified in the attached Exhibit `B,"
which is incorporated by reference.
2. SCOPE OF SERVICES.
A. CONSULTANT will perform services listed in the attached Exhibit "A," which is
incorporated by reference.
B. CONSULTANT will, in a professional manner, furnish all of the labor, technical,
administrative, professional and other personnel, all supplies and materials,
equipment, printing, vehicles, transportation, office space and facilities, and all
tests, testing and analyses, calculation, and all other means whatsoever, except as
herein otherwise expressly specified to be furnished by CITY, necessary or proper
to perform and complete the work and provide the professional services required
of CONSULTANT by this Agreement.
3. PERFORMANCE STANDARDS. While performing this Agreement, CONSULTANT
will use the appropriate generally accepted professional standards of practice existing at the time
of performance utilized by persons engaged in providing similar services. CITY will
continuously monitor CONSULTANT's services. CITY will notify CONSULTANT of any
deficiencies and CONSULTANT will have fifteen (15) days after such notification to cure any
shortcomings to CITY's satisfaction. Costs associated with curing the deficiencies will be borne'
by CONSULTANT.
Revised 1/2011 Page 1 of 10
4. PAYMENTS. For CITY to pay CONSULTANT as specified by this Agreement,
CONSULTANT must submit a detailed invoice to CITY which lists the hours worked and
hourly rates for each personnel category and reimbursable costs (all as set 'forth in
Exhibit "B") the tasks performed, the percentage of the task completed during the billing period,
the cumulative percentage completed for each task, the total cost of that work during the
preceding billing month and a cumulative cash flow curve showing projected and actual
expenditures versus time to date.
5. NON -APPROPRIATION OF FUNDS. Payments due and payable to CONSULTANT for
current services are within the current budget and within an available, unexhausted and
unencumbered appropriation of the CITY. In the event the CITY has not appropriated sufficient
funds for payment of CONSULTANT services beyond the current fiscal year, this Agreement
will cover only those costs incurred up to the conclusion of the current fiscal year.
6. ADDITIONAL WORK.
A. If CONSULTANT believes Additional Work is needed to complete the Scope of
Work, CONSULTANT will provide the CITY with written notification that
contains a specific description of the proposed Additional Work, reasons for such
Additional Work, and a detailed proposal regarding cost.
7. FAMILIARITY WITH WORK
A. By executing this Agreement, CONSULTANT agrees that it has:
Carefully investigated and considered the scope of services to be
performed; and
ii. Carefully considered how the services should be performed; and
iii. Understands the facilities, difficulties, and restrictions attending
performance of the services under this Agreement.
B. If services involve work upon any site, CONSULTANT agrees that
CONSULTANT has or will investigate the site and is or will be fully acquainted
with the conditions there existing, before commencing the services hereunder.
Should CONSULTANT discover any latent or unknown conditions that may
materially affect the performance of the services, CONSULTANT will
immediately inform CITY of such fact and will not proceed except at
CONSULTANT's own risk until written instructions are received from CITY.
8. TERM. The term of this Agreement will be from June 16, 2014 to September 30, 2015.
Unless otherwise determined by written amendment between the parties, this Agreement will
terminate in the following instances:
A. Completion of the work specified in Exhibit "A."
B. Termination as stated in Section 15.
Revised 1/2011 Page 2 of 10
9. TIME FOR PERFORMANCE.
A. CONSULTANT will not perform any work under this Agreement until:
i. CONSULTANT furnishes proof of insurance as required under Section 22
of this Agreement; and
ii. CITY gives CONSULTANT a written notice to proceed.
B. Should CONSULTANT begin work on any phase in advance of receiving written
authorization to proceed, any such professional services are at CONSULTANT's
own risk.
10. TIME EXTENSIONS. Should CONSULTANT be delayed by causes beyond
CONSULTANT's control, CITY may grant a time extension for the completion of the contracted
services. If delay occurs, CONSULTANT must notify the Manager within forty-eight hours
(48 hours), in writing, of the cause and the extent of the delay and how such delay interferes with
the Agreement's schedule. The Manager will extend the completion time, when appropriate, for
the completion of the contracted services.
11. CHANGES. CITY may order changes in the services within the general scope of this
Agreement, consisting of additions, deletions, or other revisions, and the contract sum and the
contract time will be adjusted accordingly. All such changes must be authorized in writing,
executed by CONSULTANT and CITY. The cost or credit to CITY resulting from changes in
the services will be determined in accordance with written agreement between the parties.
12. TAXPAYER IDENTIFICATION NUMBER. CONSULTANT will provide CITY with a
Taxpayer Identification Number.
13. PERMITS AND LICENSES. CONSULTANT, at its sole expense, will obtain and
maintain during the term of this Agreement, all necessary permits, licenses, and certificates that
may be required in connection with the performance of services under this Agreement.
14. WAIVER. CITY's review or acceptance of, or payment for, work product prepared by
CONSULTANT under this Agreement will not be construed to operate as a waiver of any rights
CITY may have under this Agreement or of any cause of action arising from CONSULTANT's
performance. A waiver by CITY of any breach of any term, covenant, or condition contained in
this Agreement will not be deemed to be a waiver of any subsequent breach of the same or any
other term, covenant, or condition contained in this Agreement, whether of the same or different
character.
15. TERMINATION.
A. CITY may terminate this Agreement at any time with or without cause
B. CONSULTANT may terminate this Agreement at any time with CITY's mutual
Revised 1/2011
Page 3 of 10
consent. Notice will be in writing at least thirty (30) days before the effective
termination date.
C. Upon receiving a termination notice, CONSULTANT will immediately cease
performance under this Agreement unless otherwise provided in the termination
notice. Except as otherwise provided in the termination notice, any additional
work performed by CONSULTANT after receiving a termination notice will be
performed at CONSULTANT'S own cost; CITY will not be obligated to
compensate CONSULTANT for such work.
D. Should termination occur, all finished or unfinished documents, data, studies,
surveys, drawings, maps, reports and other materials prepared by CONSULTANT
will, at CITY's option, become CITY's property, and CONSULTANT will
receive just and equitable compensation for any work satisfactorily completed up
to the effective date of notice of termination, not to exceed the total costs under
Section I(C).
E. Should the Agreement be terminated pursuant to this Section, CITY may procure
on its own terms services similar to those terminated.
F. By executing this document, CONSULTANT waives any and all claims for
damages that might otherwise arise from CITY's termination under this Section. .
16. OWNERSHIP OF DOCUMENTS. All documents, data, studies, drawings, maps, models,
photographs and reports prepared by CONSULTANT under this Agreement are CITY's
property. CONSULTANT may retain copies of said documents and materials as desired, but
will deliver all original materials to CITY upon CITY's written notice. CITY agrees that use of
CONSULTANT's completed work product, for purposes other than identified in this Agreement,
or use of incomplete work product, is at CITY's own risk.
17. PUBLICATION OF DOCUMENTS. Except as necessary for performance of service
under this Agreement, no copies, sketches, or graphs of materials, including graphic art work,
prepared pursuant to this Agreement, will he released by CONSULTANT to any other person or
public CITY without CITY's prior written approval. All press releases, including graphic
display information to be published in newspapers or magazines, will be approved and
distributed solely by CITY, unless otherwise provided by written agreement between the parties.
18. INDEMNIFICATION. CONSULTANT agrees to indemnify and hold CITY harmless from
and against any claim, action, damages, costs (including, without limitation, attorney's fees),
injuries, or liability, arising out of the performance of this agreement by CONSULTANT.
Should CITY he named in any suit, or should any claim be brought against it by suit or
otherwise, arising out of performance by CONSULTANT of services rendered pursuant to this
Agreement, CONSULTANT will defend CITY (at CITY's request and with counsel satisfactory
to CITY) and will indemnify CITY for any judgment rendered against it or any sums paid out in
settlement or costs incurred in defense otherwise. Notwithstanding any provisions of this
Agreement to the contrary, design professionals shall be required to defend and indemnify the
City only to the extent allowed by Civil Code Section 2782.8, namely for claims that arise out of,
pertain to, or relate to the negligence, recklessness or willful misconduct of the design
professional. The term "design professional" includes licensed architects, licensed landscape
Revised 12011 Page 4 of 10
architects, registered professional engineers, professional land surveyors and the Business
entities which offer such services in accordance with the applicable provisions of the business
and Professions Code.
19. ASSIGNABILITY. This Agreement is for CONSULTANT's professional services.
CONSULTANT's attempts to assign the benefits or burdens of this Agreement without CITY's
written approval are prohibited and will be null and void.
20. INDEPENDENT CONTRACTOR CITY and CONSULTANT agree that
CONSULTANT will act as an independent contractor and will have control of all work and the
manner in which is it performed. CONSULTANT will be free to contract for similar service to
be performed for other employers while under contract with CITY. CONSULTANT is not an
agent or employee of CITY and is not entitled to participate in any pension plan, insurance,
bonus or similar benefits CITY provides for its employees. Any provision in this Agreement that
may appear to give CITY the right to direct CONSULTANT as to the details of doing the work
or to exercise a measure of control over the work means that CONSULTANT will follow the
direction of the CITY as to end results of the work only.
21. AUDIT OF RECORDS. CONSULTANT will maintain full and accurate records with
respect to all services and matters covered under this Agreement. CITY will have free access at
all reasonable times to such records, and the right to examine and audit the same and to make
transcript therefrom, and to inspect all program data, documents, proceedings and activities.
CONSULTANT will retain such financial and program service records for at least three (3) years
after termination or final payment under this Agreement.
F40Al2&1"r - \.,_�
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
Commercial general liability:
Professional Liability
Business automobile liability
Workers compensation
Limits
$1,000,000
$1,000,000
$1,000,000
Statutory requirement
B. Commercial general liability insurance will meet or exceed the requirements of
ISO -CGL Form No. CG 00 01 11 85 or 88. The amount of insurance set forth
above will be a combined single limit per occurrence for bodily injury, personal
injury, and property damage for the policy coverage. 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
Revised 1/2011 Page 5 of 10
excess thereto. Such endorsement must be reflected on ISO Form No. CG 20 10
11 85 or 88, or equivalent. Such insurance will be on an "occurrence," not a
"claims made," basis and will not be cancelable or subject to reduction except
upon thirty (30) days prior written notice to CITY.
C. Professional liability coverage will be on an "occurrence basis" if such coverage
is available, or on a "claims made" basis if not available. When coverage is
provided on a "claims made basis," CONSULTANT will continue to renew the
insurance for a period of 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. Automobile coverage will be written on ISO Business Auto Coverage Form
CA 00 0106 92, including symbol 1 (Any Auto).
E. CONSULTANT will furnish to CITY duly authenticated Certificates of Insurance
evidencing maintenance of the insurance required under this Agreement 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 insurers with a current
A.M. Best Company Rating equivalent to at least a Rating of "A:VII."
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 Section 15.
In the alternative, should CONSULTANT fail to meet any of the insurance
requirements under this agreement City may cancel the Agreement immediately
with no penalty.
G. Should CONSULTANT'S insurance required by this Agreement be cancelled at
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.
23. USE OF SUBCONTRACTORS. CONSULTANT must obtain CITY's prior written
approval to use any consultants while performing any portion of this Agreement. Such approval
must approve of the proposed consultant and the terms of compensation.
24. INCIDENTAL TASKS. CONSULTANT will meet with CITY monthly to provide the
status on the project, which will include a schedule update and a short narrative description of
progress during the past month for each major task, a description of the work remaining and a
description of the work to be done before the next schedule update.
Revised 1/2011 Page 6 of 10
25. NOTICES. All communications to either party by the other party will be deemed made
when received by such parry at its respective name and address as follows:
If to CONSULTANT: If to CITY:
Penfield & Smith Engineering, Inc. City of Santa Clarita
1327 Del Norte Road, Suite 200 23920 Valencia Boulevard, Suite 300
Camarillo, CA 93010 Santa Clarita, CA 91355
Attention: Mr, Sal Contreras Attention: Mr. Balvinder Sandhu
Any such written communications by mail will be conclusively deemed to have been received by
the addressee upon deposit thereof in the United States mail, postage prepaid and properly
addressed as noted above. In all other instances, notices will be deemed given at the time of
actual delivery. Changes may be made in the names or addresses of persons to whom notices are
to be given by giving notice in the manner prescribed in this paragraph.
26. CONFLICT OF INTEREST. CONSULTANT will comply with all conflict of interest
laws and regulations including, without limitation, CITY's Conflict of Interest Code (on file in
the City Clerk's Office). It is incumbent upon the CONSULTANT or CONSULTING FIRM to
notify the CITY pursuant to Section 25. NOTICES of any staff changes relating to this
Agreement.
A. In accomplishing the scope of services of this Agreement, all officers, employees
and/or agents of CONSULTANT(S), unless as indicated in Subsection B., will be
performing a very limited and closely supervised function, and, therefore, unlikely to
have a conflict of interest arise. No disclosures are required for any officers,
employees, and/or agents of CONSULTANT, except as indicated in Subsection B.
Initials of Consultant
B. In accomplishing the scope of services of this Agreement, CONSULTANT(S) will be
performing a specialized or general service for the CITY, and there is substantial
likelihood that the CONSULTANT'S work product will be presented, either written
or orally, for the purpose of influencing a governmental decision. As a result, the
following CONSULTANT(S) shall be subject to the Disclosure Category "1" of the
CITY's Conflict of Interest Code:
27. SOLICITATION. CONSULTANT maintains and warrants that it has not employed nor
retained any company or person, other than CONSULTANT's bona fide employee, to solicit or
secure this Agreement. Further, CONSULTANT warrants that it has not paid nor has it agreed
to pay any company or person, other than CONSULTANT's bona fide employee, any fee,
commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting
from the award or making of this Agreement. Should CONSULTANT breach or violate this
warranty, CITY may rescind this Agreement without liability.
Revised 1/2011 Page 7 of 10
28. THIRD PARTY BENEFICIARIES. This Agreement and every provision herein is
generally for the exclusive benefit of CONSULTANT and CITY and not for the benefit of any
other party. There will be no incidental or other beneficiaries of any of CONSULTANT's or
CITY's obligations under this Agreement.
29. INTERPRETATION. This Agreement was drafted in, and will be construed in accordance
with the laws of the State of California, and exclusive venue for any action involving this
agreement will be in Los Angeles County.
30. COMPLIANCE WITH LAW. CONSULTANT agrees to comply with all federal, state,
and local laws applicable to this Agreement.
31. ENTIRE AGREEMENT. This Agreement, and its Attachments, sets forth the entire
understanding of the parties. There are no other understandings, terms or other agreements
expressed or implied, oral or written. There are two (Exhibit A and Exhibit B) Attachment(s) to
this Agreement. This Agreement will bind and inure to the benefit of the parties to this
Agreement and any subsequent successors and assigns.
32. RULES OF CONSTRUCTION. Each Party had the opportunity to independently review this
Agreement with legal counsel. Accordingly, this Agreement will be construed simply, as a whole,
and in accordance with its fair meaning; it will not be interpreted strictly for or against either Party.
33. SEVERABILITY. If any portion of this Agreement is declared by a court of competent
jurisdiction to be invalid or unenforceable, then such portion will be deemed modified to the
extent necessary in the opinion of the court to render such portion enforceable and, as so
modified, such portion and the balance of this Agreement will continue in full force and effect.
34. AUTHORITY/MODIFICATION. The Parties represent and warrant that all necessary
action has been taken by the Parties to authorize the undersigned to execute this Agreement and to
engage in the actions described herein. This Agreement may be modified by written amendment.
CITY's executive manager, or designee, may execute any such amendment on behalf of CITY.
35. ACCEPTANCE OF FACSIMILE SIGNATURES. The Parties agree that this Agreement,
agreements ancillary to this Agreement, and related documents to be entered into in connection
with this Agreement will be considered signed when the signature of a party is delivered by
facsimile transmission. Such facsimile signature will be treated in all respects as having the
same effect as an original signature.
36. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of
reference only and will not affect the interpretation of this Agreement.
37. TIME IS OF ESSENCE. Time is of the essence for each and every provision of this
Agreement.
Revised 1/2011 Page 8 of 10
38. FORCE MAJEURE. Should performance of this Agreement be prevented due to fire, flood,
explosion, acts of terrorism, war, embargo, government action, civil or military authority, the
natural elements, or other similar causes beyond the Parties' reasonable control, then. the
Agreement will immediately terminate without obligation of either party to the other. -
39. STATEMENT OF EXPERIENCE. By executing this Agreement, CONSULTANT
represents that it has demonstrated trustworthiness and possesses the quality, fitness and capacity
to perform the Agreement in a manner satisfactory to CITY. CONSULTANT represents that its
financial resources, surety and insurance experience, service experience, completion ability,
personnel, current workload, experience in dealing with private consultants, and experience in
dealing with public agencies all suggest that CONSULTANT is capable of performing the
proposed contract and has a demonstrated capacity to deal fairly and effectively with and to
satisfy a public CITY.
40. PROTECTION OF RESIDENT WORKERS. The City of Santa Clarita actively supports
the Immigration and Nationality Act (INA) which includes provisions addressing employment
eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire
only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.)
and aliens authorized to work in the U.S. The employer must verify the identity and employment
eligibility of anyone to be hired, which includes completing the Employment Eligibility
Verification Form (I-9). The Contractor shall establish appropriate procedures and controls so
no services or products under the Contract Documents will be performed or manufactured by any
worker who is not legally eligible to perform such services or employment.
[SIGNATURES ON NEXT PAGE]
Revised 1/2011 Page 9 of 10
IN WITNESS WHEREOF, the parties hereto have executed this contract the day and
year first hereinabove written:
FOR CONSULTANT:
By:
Print Name & Title
Date:
FOR CITY OF SANTA CLARITA:
KENNETH W. STRIPLIN, CITY MANAGER
By:
City Manager
Date:
ATTEST:
By:
City Clerk
Date:
APPROVED AS TO FORM:
JOSEPH M. MONTES, CITY ATTORNEY
By:
City Attorney
Date:
Revised 1/2011 Page 100f 10
Penfield &Smith
EXHIBIT A
1327 Def Norte P d, Ste 200
Camarillo, CA 93010
W.O. 21341.01
May 15, 2014
tell 805.981-0706
fax 805.981-0251
i Balvinder S. Sandhu
ww .penfeldenrdhxom
City of Santa Clarita
23920 Valencia Blvd, Suite 300
— — —
- Santa Clarita, CA 93155
Sarna Barbera
Cantalft
Subject: Newhall Ave Beatification Project—Work Statement
Santa Maria
Lamaater
Task 1: Preliminary Investigation
Subtask 1.1 - Site Investigation
c" &Vireaerev
i
t.arW Bulveget9
Using available mapping, we will walk the site and note the existing conditions.
Lena U" ft
Pictures will be taken and cataloged for use by the entire design team. We will
coon
identify areas requiring topographic surveying (e.g. curb ramps, utilities), as well
Management & inapecbon
as any other conditions that may require coordination with our sub -consultants
Tramp & Tranaportatlon
and/or other agencies. Penfield & Smith shall note existing conditions that will
Engineering
' affect the landscape design and review possible locations for the new water and
Tranaportatim Ranna,g
:. electrical service points of connection.
P&S and PCLD will identify the items to be catalogued through field surveying
Structural Engineering
(existing utilities, irrigation facilities (if any), traffic signs and any other conditions
E g�� r
that may require team coordination and/or coordination with other agencies.
Output:
GIS
- 1) Document and map of existing conditions for use on design basemap.
2) Determine topographical survey limits.
Subtask 1.2 - Aerial Topography and Supplemental Survey
Set aerial mapping targets as directed by aerial mapping firm. We will use
durable monuments, such as iron pipes, to enable future use and ties to the
mapping if required. Perform survey to position targets using a combination of
GPS and conventional survey methods, as appropriate.
Coordinate with aerial mapping firm to obtain color aerial photography.
Topographic mapping will be a 150 foot wide strip, centered on Newhall Avenue,
and will be compiled using standard photogrammetric methods at a scale of 1
inch equals 20 feet, with a one foot contour interval as an AutoCAD drawing file.
Perform field survey to collect data to supplement aerial topographic mapping.
Our survey will locate surface utilities such as manholes, valves, paint marks,
poles, meters, hydrants, and other visible utility features. Our survey will also
Newhall Ave Project
May 15, 2014
Page 2
include the location of potholes and pothole reference marks that may be performed in
conjunction with this project.
Download and compute field survey data. Surveyed features will be added to the topographic
mapping AutoCAD file on separate, identifiable layers.
Output:
1) Deliverables include an AutoCAD drawing file of the topographic mapping, as well as a
digital color image in TIF image format. We will add a title sheet with surveyor's notes, vicinity
map, legend, and a control point listing with descriptions and coordinates for use in construction
documents.
Subtask 1.3 - Perform Existing Utility Research
Newhall Ave is one of the oldest streets in the City and that the roadway may be congested with
underground existing utilities that may conflict with proposed median location. P&S will conduct
a thorough existing utility research to identify as many of these utilities that may impact the
design.
Along with the initial site investigation and the supplemental survey data gathered, Penfield &
Smith will contact dry and wet utility companies and agencies to obtain record drawing
information to document existing utilities within the work area specifically where proposed
grading and removals will occur. Record utility maps will be compiled onto an existing utility
basemap used for design. It is understood that
Contact Dig Alert to obtain a list of providers and utility owners for the project area. P&S will
send a letter and map to each entity on the list with a request for maps or a clearance
statement.
Compute alignments of subsurface and overhead utilities from record maps and atlases
received in response to our requests. Subsurface alignments will be oriented and adjusted to
the topographic mapping using the surveyed locations of surface features where possible.
Coordinate with agencies that have utilities in conflict with the proposed design.
Output:
1) Existing Utility Basemap.
Subtask 1.4 - Perform Pavement Assessment
Penfield & Smith shall assess the existing pavement conditions to determine if any areas are
unsuitable for saw cutting and pouring against the existing asphalt. P&S shall visually evaluate
the condition of the existing surface.
Core samples obtained under Subtask 1.6 shall be utilized to accurately characterize the
subgrade structural section.
If the City would like a thorough pavement evaluation to provide treatment options then P&S can
consult with Pavement Engineering to provide a separate scope and fee.
Output:
1) The report will include an analysis to identify if any areas are unsuitable for saw cutting and
pouring concrete against the existing surface.
i
Newhall Ave Project
May 15, 2014
Page 3
Subtask 1.5 - Perform Ground Penetrating Radar and Potholing (Alternative)
It is understood that Newhall Ave was an old Caltrans roadway and that record drawings for
existing utilities may not exist. P&S proposes, as an alternative task, to develop a plan to verify
and
increase the accuracy of the existing utility base map. Penfield & Smith shall consult with C -
Below to
conduct Ground Penetrating Radar (GPR) and potholing program to identify potential conflicts.
This program will confirm utility crossings and verify critical existing utilities such as the high-
pressure gas lines, oil pipelines and utilities that may be in direct conflict with the design.
Vacuum potholing will be used to supplement GPR data. A field survey using GPS will be
utilized to locate GPR and pothole findings and incorporate into the existing utility base map.
Penfield & Smith shall work closely with the GRP contractor to strategize locations for vacuum
potholing based on the GPR scans. An encroachment permit shall be obtained and traffic
control plans will be prepared per the WATCH manual or as required by the encroachment
permit.
Output:
1) Ground Penetrating Radar and Potholing report. Report shall include stationing points of
all anomalies located, GPR image scans and photos correlating locations with findings.
Subtask 1.6 - Soil Subgrade Testing
Penfield & Smith shall consult with Pacific Coast Land Design (PCLD) to perform Agronomic soil
testing of median subgrade. Samples cores shall be taken shall be taken at 12 locations (one
core per proposed median, two samples in each core, 36" depth to be tested separately at each
location.) The test will determine if the existing top soil and subgrade is suitable for planting and
provide soil amendment recommendations.
Coring shall be performed by Pavement Engineering and utilized to determine the existing
structural section under Subtask 1.4.
The agronomic soils tests are as required in the Soil Management Report by the State Model
Water Efficient Landscape Ordinance AB 18817hat report includes three separate tests:
Agricultural Soil Suitability
Soil Classification, Texture and Infiltration
Organic Matter
Output:
1) Report (By others — Soils Testing Lab) detailing Landscape planting and soil
preparation recommendations.
Subtask 1.7 Review Traffic Signal Plan
Penfield & Smith shall review the traffic signal plan prepared by Kimley-Horn dated
3/16/2010. Review
D
Newhall Ave Project
May 15, 2014
Page 4
will verify conformance to City's current standards and equipment specifications as well as
consistency
with proposed street improvements. The 2010 plan assumes a minimum amount of street and
curb
ramp improvements that match planned future street improvements. The traffic signal plan that
is
included with this project will need to reflect the actual scope of street/curb ramp work being
performed. For example the Kimley Horn plan calls for three northbound lanes on Pine Street,
while
the existing roadway and right-of-way width only allows room for two lanes. P&S will make
minor
modifications to the plans based on our review and according to comments from City staff.
Output:
1) Present findings to the City and provide comments and feedback
2) Provide modifications to the traffic signal plans
Task 2: Project Management
Subtask 2.1 - Kick off Meeting
The first step in the process will be to meet with City staff to review the details of the project with
a Project Kick-off Meeting. We believe it is important for the team to understand the nuances of
the project, as well as all special concerns, before proceeding. During this meeting, the
technical approach will be presented and the scope will be discussed and modified as needed.
The project schedule and the project development team (PDT) will also be a major topic of
discussion.
Develop a Project Development Team (PDT)
Present a preliminary project schedule. Discuss the project schedule including important
milestones, major activity and deliverables.
Discuss the scope to insure it captures all the City departments requirements.
Output
1) Kick-off Meeting Agenda.
2) Meeting Minutes.
3) Revisions to the scope and project schedule updates.
4) Monthly Project Development Team (PDT).
Subtask 2.2 - Project Development Team (PDT) Meetings
Penfield & Smith will conduct monthly (PDT) meetings to insure the project stays on schedule
and to discuss status, concepts and critical issues that may affect the scheduled completion
date. This will be a good opportunity to assign action items to members to the design team.
PDT meetings shall also be scheduled at every City review period to discuss City comments.
Output
D
Newhall Ave Project
May 15, 2014
Page 5
1) Meeting minutes with action items.
2) Schedule updates and review project schedules.
Subtask 2.3 - Prepare Monthly Progress Reports
Project progress reports shall be prepared and submitted to the City on a monthly basis to
monitor scope, anticipated work and tasks for the following month, indicate accomplished tasks,
schedule and budget. Format shall be approved by the City.
Output
1) Summary of project progress.
2) Monthly PDT Meetings.
Subtask 2.4 - Quality Assurance/ Quality Control Plan
Quality Assurance and Quality Control is are two critical steps that are applied to all Penfield &
Smith projects. Penfield & Smith has developed and will implement a QA/ QC plan throughout
the entire duration of the project. An internal constructability review shall be performed by one
of our senior inspectors to provide perspective from the contractor's point of view.
Output
1) Quality Control Plan and Check list.
Subtask 2.5 - Public Hearings
Penfield & Smith and Pacific Coast Land Design shall attend 1 public meeting to support to City
staff. Prepare rendered exhibits for display and prepare a power point presentation if needed.
Output
1) Rendered project exhibits.
2) Power Point Presentation.
Task 3: Desian
Subtask 3.1 - Preliminary Engineering (60% Submittal)
Prepared with the topographical mapping and the studies conducted during Task 1, Penfield
and Smith and its consultants shall develop a conceptual plan showing the proposed medians,
existing utilities, drainage connects, traffic control, landscape and irrigation concepts. Once the
plan is developed we shall meet with the Project Development Team to further enhance the
plan. Meeting minutes shall be prepared for meetings during this phase. If required, a meeting
with agencies and utility companies can be arranged to further understand the design controls
any utility conflicts that are discovered during our initial investigations and preliminary studies.
P&S shall seek out requirements from the utility companies and implement them into the design.
Penfield & Smith shall review the proposed median layout design provided by the City. Auto
turn and sight distance analysis shall be performed for every median. Turn pocks and median
widths will be reviewed to insure conformance to City standards.
Newhall Ave Project
May 15, 2014
Page 6
Subtask 3.1.1- Prepare Preliminary Demolition Plan
A construction demolition plan shall be prepared for the project. The plan shall indicate AC
pavement sawcut limits, general demolition notes and details if necessary. Plan shall also
indicate features and utilities that need to be protected in place. The plan shall minimized the
amount of removals to not interfere with the existing traffic lanes as much as possible.
Output:
1) Prepare preliminary 60% demolition plan.
Subtask 3.1.2 - Prepare Preliminary Street Median Plan
Prepare Street improvement plan and profile at 1 "=40'. Street plan views shall show flow line,
top of curb elevations, stationing, grade breaks, and saw cut limits. Cross sections at every 50'
intervals and details shall be shown on a separate sheet including existing and proposed
conditions. The plan shall comply with the City of Santa Clarita standards. Street pavement
details shall include paving structural section.
Once the details topographical map is completed, P&S shall perform a drainage slope analysis
to identify drainage issues that may result when the proposed median is constructed. The
median design shall consider curbs with shedding gutters in areas where drainage flows away
from the median and curbs with collecting gutters where drainage comes toward the median.
Civil improvements such as curb, gutter and ADA ramps shown on the traffic signalization plan
at Pine Street will be included in the street median improvement plan.
Output
1) Prepare preliminary 60% plan and profile street median improvement plan.
Subtask 3.1.3 - Prepare Preliminary Striping and Signage Plans
Conduct field investigation of all existing signage, striping and pavement markings. Update base
mapping as necessary to reflect existing conditions. Identify existing signs and/or markings that
will conflict with proposed median improvements, those can remain in place and what additional
signage and striping is required. Penfield & Smith's traffic engineer will coordinate work with the
City's Traffic Engineering to make sure that City and adjacent property owner interests are
being served.
Output
1) Preliminary Striping and Signage Plan at 1"=40' in conformance with CAMUTCD and
City standards.
Subtask 3.1.4 - Prepare Preliminary 60%Traffic Control, Staging Plans and Signalization
Plan
Penfield & Smith shall review the overall road width and work area requirements, including all
required
utility work. We will examine access to private properties, especially those accessed by larger
design
I
Newhall Ave Project
May 15, 2014
Page 7
vehicles and develop construction staging plans, as necessary, to address foreseen access or
constructability issues. We will work closely with City staff to develop a traffic control plan that
will
close the #1 through lane in each direction. This should be able to be accomplished with a
standard
lane closure per the W.A.T.C.H. Manual. P&S will prepare additional details as necessary to
address any
unusual circumstances.
Provide minor revisions to the traffic signal plan at pine Street.
Output:
1) Preliminary Traffic Control Plan at 1"=40'
standards.
2) Traffic Signalization plan at Pine Street
in conformance with CAMUTCD and City
Subtask 3.1.6 - Prepare Preliminary 60% Planting Plan
This submittal will provide the City with the opportunity to review the proposed design prior
Top production of full construction documents and technical specifications. The intent is to give
the City the opportunity to review proposed solutions for making use of the existing irrigation
facilities, the planting concept showing the proposed layout of the new trees and shrubs as well
as the limits of demolition and proposed solution to facilitate permeability in the planted soil
section.
The Preliminary Planting Plan will define limits of decorative concrete within the medians, layout
trees and shrubs per LMD Median Design Standards and Traffic Division sightline restrictions.
Include landscape notes and legend.
Output:
1) Planting Plans at 1"=20' with stamped concrete limits, tree and shrub layout.
2) Hardscape and Planting Detail Sheet (1) total
Subtask 3.1.6 - Prepare Preliminary 60% Irrigation Plan
Define Points of Connection & new water meters if required, layout mainline, note roadway
crossings & boring, include irrigation notes, equipment legend, include preliminary water use
calculations for service request to water purveyor and AB1881 requirements. (System will also
meet reclaimed water equipment standards)
Output:
1) Irrigation Plans at 1 "=20' with P.O.0 I water meter locations, mainline & equipment
legend.
2) Irrigation Detail & Water Use Calculations, (3) total sheets
D
Newhall Ave Project
May 15, 2014
Page 8
Subtask 3.1.7 - Prepare Preliminary Technical Specifications with Bid Schedule
Prepare draft technical specifications including a quantified bid schedule. The specifications
shall be based on the City of Santa Clarita and Standard Specifications for Public Works
Construction. Bid schedule shall match the engineer's estimate of probable cost.
Output
1) Provide digital and hard copy draft specifications including bid schedule.
Subtask 3.1.8 - Prepare Preliminary Engineers Estimate of Probable Cost
Prepare draft engineer's estimate of probable cost. Estimate shall be based on similar project
construction bid result from the City of Santa Clarita and surrounding areas. The estimate shall
include a breakdown of costs for each item of work and match the bid schedule.
Output
1) Draft engineer's estimate of cost.
Subtask 3.2 - Construction Documents (90% Submittal)
Once the 60% comments are received, we shall proceed to develop construction documents.
Penfield & Smith will conduct a team design meeting to review the documents and discuss City
comments. We will incorporate review comments into the subsequent submittal and provide the
City with a log of how each comment was addressed. If it is determined that more field data is
necessary, Penfield & Smith shall obtain further supplemental survey data to refine the 60%
plan set.
Subtask 3.2.1 - Demolition plan
Refine the 60% demolition plan based on comments received. If necessary, confirm demolition
limits in the field. Confirm all possible utility conflicts and features that are to be protected in
place. Update demolition details if needed.
Output
1) 90% Demolition Plan.
Subtask 3.2.2 - Street Median Plan
Update 60% plan based on comments received. Incorporate additional supplemental survey
data into the plan. Update grading surfaces, details and plan and profiles.
Output
1) 90% Street Median Plan.
Subtask 3.2.3 - Storm Drain Improvement Plan
Update 60% storm drain plans based on City comments and new supplemental survey data if
necessary.
Output
D
Newhall Ave Project
May 15, 2014
Page 9
1) 90% Storm Drain Improvement Plans.
Subtask 3.2.4 - Signage and Striping Plans
Update 60% signage and striping plans based on City comments. Meet with the City Traffic
Engineering Department to confirm the design.
Output
1) 90% Signage and Striping Plans.
Subtask 3.2.5 - Traffic Control, staging and Signalization Plan
Revise 60% traffic control plans based on City comments. Meet with the City Traffic
Engineering Department to confirm the design.
Output
1) 90% Traffic Control Plans
2) 90% Signalization plan at Pine St
Subtask 3.2.6 - Planting Plans
Complete planting plans including all required decorative concrete notes and horizontal
dimensions. Make revisions to plans per City review of 60% submittal.
Output
1) Completed 90% Planting Plans at 1 "=20' suitable for final City review.
2) Hardscape and Planting Detail Sheet (1) total
Subtask 3.2.7 - Irrigation Plans
Completed irrigation design in medians. Layout bubbler heads for trees and shrubs, layout all
lateral lines and equipment. Update water use calculations per AB1881 requirements. Make
revisions to plans per City review of 60% submittal. (System will also meet reclaimed water
equipment standards)
Output
1) Completed Irrigation plans at 1 "=20' suitable for final City review.
2) Irrigation Detail & Water Use Calculations, (3) total sheets
Subtask 3.2.8 - Technical Specifications with Bid Schedule
Revise technical specifications based on City comments received and coordinate with PCLD.
Update bid schedule if necessary and confirm the schedule matches the engineers estimate.
Output
1) 90% Technical Specifications with bid schedule. Provide hard copy set and a digital set
is necessary.
D
Newhall Ave Project
May 15, 2014
Page 10
Subtask 3.2.9 - Engineers Estimate of Probable Cost
Update engineers estimate based on comments and revised bid schedule. Coordinate items
with the design team.
Output
1) 90% engineers estimate of probable cost. Provide hard copy set and digital copies if
required.
Subtask 3.3 - Construction Documents (100% Submittal)
Subtask 3.3.1 - Produce 100% Plans
Penfield & Smith and it's sub consultants shall prepare final plans based on the 90% comments
received. If necessary, a final design meeting will be held to insure that comments from all City
departments are addressed.
Output
1) Provide complete set of wet signed plans printed on Mylar.
2) Provide digital plans in AutoCAD and PDF format.
Subtask 3.3.2 - Produce 100% Technical specifications
Provide final technical specifications for the project based on 90% comments. Bid schedule
shall be finalized and shall be consistent with the engineers estimate of probable cost.
Output
1) 100% technical specifications with bid schedule. Provide hard copy set and digital set in
MS word and PDF formats.
Subtask 3.3.3 - Produce 100% Engineers Estimate of Probable Cost
Revise 90% engineer's estimate. Update unit costs and quantities.
Output
1) Provide 100% Engineers Estimate of Probable Costs. Provide hard copies and digital
formats such as MS Excel and PDF's.
Subtask 3.3.4 - Storm Water Pollution Prevention Plan (SWPPPI
Prepare and process the SWPPP and aid in filing the NOI for the project. Post- construction
BMP's are not anticipated and are not included in the scope.
Output
1) Storm Water Pollution Control Plan with NO[ form.
10
PROJECT FEE ESTIMATE
(WITH PREVAILING WAGES)
Protect No.: 21341,01
PENFIELDBSMITH
Description: Newhall Ave Beautification PmJec[
1327 Del Node Road,
Suite 200
Client: City of Same CitrusCamarillo,
Pby:
tl
SC/DSR
CA 93010
Date: May 15, W14
Office:
x
81-
(805) 90]08Ree:
File Name: W:l orM21000.219991213411PmposallNewhall-Fee Eatimate.Max
Billing 12e-
Told
Prevailing
Wages Jylnl:
y
Hours
P85
PBS
pati pA5 P65
aeon>r
pCLD
PCLD
➢CLD
Pfl5 ( Pfl5 Pas 101A1
COWL
TASK
Pondpel
semo.11
ary Aescc Z
Conet
Principle
Pro)ey Mng
nealpnv
prfr¢Ipy APIs[ ]Alan "BIR
t 3 o
EngInPL
Englnere
Oesgnn Engineer Suppwl
InYp%1
tu,tlxave Lantlxepe LMMcape.
SuryNR aurVrym sone/ NOURS
.CAST
TASK I - PRELIMINARY (INVESTIGATIONS1.1.
..
Site lnv
-
-
Sfiga0on
B
2
.__.
5
5
1.2 -Aerial Topography and Supplemental Survey
4
18
2780
1.3- Padorm F�dsting UtllNy ReaearM
8
16 2
B 4B
32 92
18720
I* Pedmm Pavement Assessment
8
3
2
31
4405,5
I.GPR 8 Potholing (AKemefive)
0
S
1360
1.6Soll Subgrade Testing
8
1380
1.7 -Ra w Traffic Signal Plan
q
1
2
2
299
5
930
TASK 2 PROJECT MAN GEMENT-
2.1- Kick Off Meeting
4
--- q
-
--
.2- Project Development Team (PDT) Meetings
32
8
6
3
1]
2]43.5
.3 -Prepare Monthly Progress Reports
16
2
3
12
55
828]0
.4- Quality Assurance I Quality Control Plan
8
a
2
8
1g
2.5 -Pudic Meetings
q
24
3810
ASK DESIGN
4
8
1370
3.1- Pros toy Engineer tgrSamon bmmal)
-
-
— '-
3.1.1 -Prepare Preliminary DanwI'm Plena
2
16
3.1.2- Prepare PreliiMnary Street Median Rana
2q
717
2660
3.1.3- Prepare Preliminary Strrpj end Signage Rem
g
'88
84
12]80
3.1.4- Prepare Preliminary Traffic Contrd Plain
18
12
32
20
4520
3.1.5- Prepare Preliminary Planfin g Rena
q
82
10100
3.1.6- Prepare Preliminary Initiation Plans
4
2
16
49
70
8339
3.1.7- Prepare Technical SpedBcatom YAM Bid Schedule
q
B 4
33
2
B
520
3.1.8- Prepare Praliinnary Engineers Eelimele of Probable Cost
2
8 1
595
3.2. Construction Documents 190% Submittal)
9
1205
3.2.1- Demotion Plan
3.2.2- Stree[ Medlen Rana
72
24
9
1330
3.2.3 Signage mol Striping Plead
q
1
8
36
5520
3.2.4. Trento Control Plana18
8
24
13
2000
3.2.5 -Planting Plam
1
48
7880
3.2.8-IRI9ationPlans
1
28
35
41
3.2.7-TechMcal SpeaBcatiom WM &d SrJrodole
4
12
46
83
745
3.2.8- Engineers ENimata of Probable Coat
1
4 2
12
22
3349
3.3 -Comdr (100%SubmHtN)
5
75D
ce 1 . Raosms
3.3.1 -Produce 100%Plain
24
41
15
3.3.2-PraWce lW%Tectmical Spedflcatlam
8
10 4
23
13186
3.3.3- Produce 100%ErgimeYs EamoRM of PMIXIDIe Coat
1
3
3.3.4 -Storm Walef Pollution Prevention Plan
7
8
32
41
6890
PROJECT FEE ESTIMATE
(WITH PREVAILING WAGES)
PENFIELD B SMITH
1327 Del Norte Road,
Suite 200
Project No.: 21341.01
Description: Newhall Ave Beautification Project
Camarillo, CA 931110
Client: City of Santa Cladta
Prepared by: SCIDBR
(805) 981-0706
Date: May 15, 2014
Office: 2
File Name: W:IWork1210OO-21999121341\Proposal\Newhall-Fee Estimate.xtsx
Billing Type: TSM
Prevailing Wages (yin): y
Homs
Pori.
P65 P68 P66 P8$
81
6eniar
A:.
POLO
PG.O POLO
P85
P8S
PE3
TOTAL
IOTAL
primp,
$cniwll Smuor APs- i
Pnnocle
Ported Mng�l Des:gnx
Pnnopai.
Aeeitl
P-Mm
LABOR
LABOR
TgBH
Enpnau
Fnpna& 06slgner Eiyineer. Support
Inwal
Lantluape
li La�puapei Lantl9cape
SufvryIN
SUNeyor
.Survey
HOORs
COSI
TOTALS
58
200 18 1 294 19
e
-
39
1 1051_19B
-
9
32
1 45 -
- 1023
153188
Classlflca4an
Ith,
f aW
Cla551n
E[penses
Cost
Biping
Reimbunabks
ConsullaM
&
.....
.._.................
..................... ...
...........
....... _.......... 2.5 ..
..._....1.2.............P..d..n..tl...p..a..l ..E..r.g...i.n..e..e..s........... ...... ......... ............ .._................ ...... ... ....... ........
iW.00..
... ... ............ _..... ................... .............................
..._..........._.......... _..... .._..._
Bronomk Teslng(121eaft)&udaSk1.6
1500
1.15
1725
11 Seolorll Engineer
1".00
19 Ptlrrcipat Surveyor
185.00
PEI RhArnak l.0)
lie"
1.15
13397.5
S Sanity Daiener
Tom
15 Asstatent Surveyor
12000
1.15
0
9 Assocale Engineer
145.00
21 Two-man Pam
285.00
-BNow(ALTERNATE Subdfk l b)
10650
1.15
12247.5
43 Technkal Support
75.00
1.15
0
30 Senior ConsbuUlpn Inspector
130.00
1.15
0
1.15
34 'Prindple
1]2.50
' PCLD BNirr9 Rates Indede 15% march up
Print Cosh Pal
2000
1.15
2300
-Project
149.50
Pdm Costs PCLD
963
1.15
1107,45
35 Manager
1.15
35 •Deagrmr
103.50
53,407
82],3]
Averaaa R.I.:
149.M
Total
31833,116
DESCRIPTION
PCLD
FEE
P&S
FEE
TOTAL
FEE
BASE PROJECT TASKS
TASK 1- PRELIMINARY INVESTIGATIONS
$ 2,565
$ 27,290
$ 29,855
Subtask 1.6- Pavement Engineering$
13,398
Subtask 1.6- Agronomic Testing 12 Tests
$ 1,725
TASK 2 PROJECT MANAGEMENT
$ 4,485
$ 15,220
$ 19,705
TASK 3 DESIGN
$ 35,869
$ 67,740
$103,609
Subtotal 1 (Base Project)
$42,918
$ 110,250
$168,291
ALTERNATIVE PROJECT TASKS
SUBTASK 1.5 -GPR & POTHOLING (OPTIONAL)
$ 12,248
Subtotal 2 (Alternatives)
$
$
$ 12,248
Subconsultants & Reimbursable Expenses
Print Costs P&S
$ 2,300
Print Costs PCLD
$ 1,107
Subtotal 3 (Reinbursables)
$ 3,407
Total (Without Options)
$171,698
Tota (With
Options)
$183,945