HomeMy WebLinkAbout2014-12-09 - AGENDA REPORTS - NEWHALL AVE PROJ B2015 (2)CONSENT CALENDAR
DATE:
SUBJECT:
Q 0 60'14 03 1001
Agenda Item: 2
CITY OF SANTA CLARITA
AGENDA REPORT
City Manager Approval
Item to be presented by:
December 9, 2014
NEWHALL AVENUE BEAUTIFICATION, PROJECT B2015 -
AWARD CONSTRUCTION CONTRACT
Public Works
RECOMMENDED ACTION
City Council:
1. Approve the plans and specifications for the Newhall Avenue Beautification, Project B2015.
2. Award the construction contract to R.C. Becker and Son, Inc., in the amount of $1,529,880
and authorize a contingency in the amount of $305,976, for a total contract amount
not -to -exceed $1,835,856.
3. Authorize an increased expenditure in the amount of $105,000 to the existing professional
services contract with Penfield & Smith to provide construction engineering, construction
survey, and landscape architect support during construction.
4. Authorize an expenditure in the amount of $7,500 to Castaic Lake Water Agency for water
connection fees.
5. Authorize an expenditure in the amout of $25,000 to Newhall County Water District for a
two-inch water meter installation fee.
6. Award a contract to Tetra Tech Inc. in the amount of $90,000 for construction management
services.
Authorize the City Manager or designee to execute all documents, subject to City Attorney
approval.
BACKGROUND
The Newhall Avenue Beautification project will add a landscaped median from 80 feet south of
the Southern California Regional Rail Authority rail line to 550 feet north of State Route 14,
totaling approximately 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. The median will incorporate the City's water management technologies and
standard landscape design and will be prepared for recycled water when it becomes available. As
part of this project, a traffic light will be installed at the Newhall Avenue/Pine Street/Arch Street
intersection to improve safety and traffic circulation.
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 a roundabout. Beautification of major thoroughfares, such as Railroad Avenue
and Newhall Avenue, which provide access to downtown Newhall, is a continuation of the
City's investment in this area.
The Newhall Avenue Beautification project will bring the look and benefits of well-maintained
medians found throughout the City to the Newhall community. It will also improve Newhall
Avenue as the southerly gateway to downtown Newhall. As such, pavers will be substituted as
Add Alternate for stamped concrete along the edges of the medians. This will serve as a pilot
program to evaluate the performance of the pavers related to long-term maintenance and
serviceability.
This project exemplifies the City's commitment to maintaining the high quality of life enjoyed by
Santa Clarita residents. The 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.
Prior to design, Special Districts and Public Works staff conducted extensive public outreach
with the members of the Newhall community in the project area, including meetings with
stakeholders and a community open house. The goal of the outreach was to provide information
and receive feedback regarding the configuration of the proposed landscaped medians on
Newhall Avenue. The input received through the outreach process was incorporated into the
final plans and specifications.
An invitation to bid was published three times, September 30, October 4, and October 8, 2014,
and was advertised on the City's website. The project plans and specifications were also
uploaded on P1anetBids. The Bid Schedule included the Base Bid and an Add Alternate for
substituting pavers for the stamped concrete safety strips.
Two bids were submitted to the City and opened by Purchasing on October 30. The bid results
are shown below:
2
Base Bid Base Bid and
Company Location Amount Add Alternate Amount
R.C. Becker and Son, Inc, Santa Clarita, CA $1,346,037 $1,529,880
AMG & Associates, Inc. Santa Clarita, CA $1,570,172 $1,608,832
Staff recommends the project be awarded to R.C. Becker and Son, Inc., the lowest responsive
bidder in the amount of $1,529,880 and authorize a contingency in the amount of $305,976 for a
total contract amount not -to -exceed $1,835,856. R.C. Becker and Son, Inc., possesses a valid
state contractor's license and is in good standing with the Contractors State License Board. The
contractor's bid has been reviewed for accuracy and conformance to the contract documents and
was found to be complete.
The construction contingency amount requested will cover costs of unforeseen site conditions,
such as potential utility conflicts and removal of unsuitable soil. The actual volume of unsuitable
soil will be determined during grading operations, and conflicting private utility lines may be
discovered during construction.
Construction engineering support, survey staking, and landscape architect support services will
be provided by Penfield & Smith in the amount of $90,670 with a contingency to cover
unforeseen site conditions and additional construction staking based on contractor request in the
amount of $14,330 for a total contract amount not -to -exceed $105,000. This consultant has the
expertise and experience working closely with City staff on several landscape services and
beautification projects, including the new median on Railroad Avenue.
Construction management services in the amount of $90,000 will be provided by Tetra Tech,
Inc., who will also work in the capacity of a hason to work with local businesses and minimize
impacts during construction. This company has successfully provided similar services and has
experience working closely with the City.
Additional anticipated construction costs will include water connection fees, water meter
installation fees, labor compliance services, material testing, an LMD inspector, environmental
support, installation of electric meter, staff oversight, and miscellaneous project costs.
ALTERNATIVE ACTIONS
Other action as determined by the City Council.
FISCAL IMPACT
Adequate LMD Funds from Zone 2008-1 (357) and Developer Fees Funds (306) are available in
Expenditure Accounts B2015357-5161.001 and B2015306-51561.001 to provide for award of
the construction contract, construction support, and all anticipated project costs.
3
ATTACHMENTS
Location Map
Contract - R.C. Becker and Son, Inc., available in the City Clerk's Reading File
Work Statement - Penfield & Smith available in the City Clerk's Reading File
Project Fee Estimate - Penfield & Smith available in the City Clerk's Reading File
Proposal - Tetra Tech Inc. available in the City Clerk's Reading File
®c'ryOfSANTA CLARITA
Newhall Avenue Median Beautification
Project 62015 u>�
4/s ypo
DD D T
f
u
Se
�q
ry' P
y�b0
2o
(q .S
OO�� q�eq y�py'
I/ NVON
0
3P o�
Ca
N
M.ry
mum y �Na' YFI
e�rnem.. Y.. Y.o• icev� wm �we�
I.YV p,P'M A: dB u�bY G,N 41
CAPITAL IMPROVEMENT PROJECT AGREEMENT
Contract 14-00393
NEWHALL AVENUE BEAUTIFICATION
Project No.: B2015
Bid # ENG -14-15-B2015
Santa Clarita, CA
This AGREEMENT is made and entered into for the above -stated project this day of
20_______., BY AND BETWEEN the CITY OF SANTA CLARITA, as
CITY, and R.C. Becker and Son, Inc. as CONTRACTOR.
CITY and CONTRACTOR have mutually agreed as follows:
ARTICLE I
That contract documents for the aforesaid project shall consist of the Notice Inviting Bids,
Instructions to Bidders, Proposal, General Specifications, Standard Specifications, Special
Provisions, Plans, and all referenced specifications, details, standard drawings, special drawings,
appendices, and City's Labor Compliance Program; together with this AGREEMENT and all
required bonds, insurance certificates, permits, notices, and affidavits; and also including any and
all addenda or supplemental agreements clarifying or extending the work contemplated as may
be required to insure its completion in an acceptable manner. All of the provisions of said
AGREEMENT documents are made a part hereof as though fully set forth herein.
ARTICLE II
For and in consideration of the payments and agreements to be made and performed by CITY,
CONTRACTOR agrees to furnish all materials and perform all work required for the above -
stated project, and to fulfill all other obligations as set forth in the aforesaid contract documents.
ARTICLE III
CONTRACTOR agrees to receive and accept the prices set forth in the Proposal as full
compensation for furnishing all materials, performing all work, and fulfilling all obligations
hereunder. Said compensation shall cover all expenses, losses, damages, and consequences
arising out of the nature of the work during its progress or prior to its acceptance including those
for well and faithfully completing the work and the whole thereof in the manner and time
specified in the aforesaid contract documents; and also including those arising from actions of
the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work,
suspension or discontinuance of the work, and all other unknowns or risks of any description
connected with the work.
Revised 1/2012 Page I of 7
ARTICLE IV
CITY hereby promises and agrees to employ, and does hereby employ, CONTRACTOR to
provide the materials, do the work, and fulfill the obligations according to the terms and
conditions herein contained and referred to, for the prices aforesaid, and hereby contracts to pay
the same at the time, in the manner, and upon the conditions set forth in the contract documents.
ARTICLE V
City and its respective elected and appointed boards, officials, officers, agents, employees, and
volunteers (individually and collectively, "Indemnitees") shall have no liability to
CONTRACTOR or any other person for, and CONTRACTOR shall indemnify, defend, protect,
and hold harmless Indemnitees from and against, any and all liabilities, claims, actions, causes of
action, proceedings, suits, damages, judgments, liens, levies, costs, and expenses of whatever
nature, including reasonable attorney's fees and disbursements (collectively, "Claims"), which
Indemnitees may suffer or incur or to which Indemnitees may become subject by reason of or
arising out of any injury to or death of any person(s), damage to property, loss of use of property,
economic loss, or otherwise occurring as a result of or allegedly caused by the
CONTRACTOR'S performance of or failure to perform any services under this Agreement, or
by the negligent or willful acts or omissions of CONTRACTOR, its agents, officers, directors, or
employees, committed in performing any of the services under this Agreement.
If any action or proceeding is brought against Indemnitees by reason of any of the matters
against which CONTRACTOR has agreed to indemnify Indemnitees as provided above,
CONTRACTOR, upon notice from City, shall defend Indemnitees at its expense by counsel
acceptable to City, such acceptance not to be unreasonably withheld. Indemnitees need not have
fust paid for any of the matters to which Indemnitees are entitled to indemnification in order to
be so indemnified. The limits of the insurance required to be maintained by CONTRACTOR in
this Agreement shall not limit the liability of CONTRACTOR hereunder. The provisions of this
section shall survive the expiration or earlier termination of this agreement.
The provisions of this section do not apply to Claims occurring as a result of the City's active
negligence or acts of omission.
ARTICLE VI
CONTRACTOR affirms that the signatures set forth hereinafter in execution of this
AGREEMENT represent all individuals, firm members, partners, joint venturers, or corporate
officers having principal interest herein.
ARTICLE VII
Nature of Relationship
CONTRACTOR shall not be subject to day -today supervision and control by CITY employees
or officials. CONTRACTOR shall perform services in accordance with the rules, regulations
Revised IQ012 Page 2 of 7
and policies of CITY respecting such services, and in accordance with appropriate standards of
professional conduct, if any, applicable to the services provided. CITY shall not be responsible
for withholding any payroll or other taxes on behalf of CONTRACTOR. It is understood and
agreed that the CONTRACTOR is, and at all times shall be, an independent CONTRACTOR
and nothing contained herein shall be construed as making the CONTRACTOR, or any
individual whose compensation for services is paid by the CONTRACTOR, an agent or
employee of the CITY, or authorizing the CONTRACTOR to create or assume any obligation of
liability for or on behalf of the CITY.
ARTICLE VIII
CONTRACTOR shall maintain and submit certificates of all applicable insurance including, but
not limited to, the following and as otherwise required by law. The terms of the insurance policy
or policies issued to provide the above insurance coverage shall provide that said insurance may
not be amended or canceled by the carrier, for non-payment of premiums or otherwise, without
thirty (30) days prior written notice of amendment or cancellation to the CITY. In the event the
said insurance is canceled, the CONTRACTOR shall, prior to the cancellation date, submit to the
City Clerk new evidence of insurance in the amounts established.
Liability Insurance
During the entire term of this agreement, the CONTRACTOR agrees to procure and maintain
General Liability insurance at its sole expense to protect against loss from liability imposed by
law for damages on account of bodily injury, including death therefrom, suffered or alleged to be
suffered by any person or persons whomsoever, resulting directly or indirectly from any act or
activities, errors or omissions, of the CITY, or CONTRACTOR or any person acting for the
CITY, or under its control or direction, and also to protect against loss from liability imposed by
law for damages to any property of any person caused directly or indirectly by or from acts or
activities of the CITY, or CONTRACTOR or any person acting for the CITY, or under its
control or direction. Such public liability and property damage insurance shall also provide for
and protect the CITY against incurring any legal cost in defending claims for alleged loss. Such
General, Public and Professional liability and property damage insurance shall be maintained in
full force and effect throughout the term of the AGREEMENT and any extension thereof in the
amount indicated above or the following minimum limits:
A combined single limit liability policy in the amount of $2,000,000 or a commercial general
liability policy with a $2,000,000 occurrence limit and a $4,000,000 aggregate limit will be
considered equivalent to the required minimum limits.
All of such insurance shall be primary insurance and, shall name the City of Santa Clarita as
additional insured. A Certificate of Insurance and an additional insured endorsement (for general
and automobile liability), evidencing the above insurance coverage with a company acceptable to
the City's Risk Manager shall be submitted to City prior to execution of this Agreement on
behalf of the City.
Revised 12012 Page 3 of 7
Should CONTRACTOR. for any reason fail to obtain and maintain the insurance required by
.L:.. A 11:— —__. — IMl A --- --_ 1 1-1-- a, C
the alternative, should CONTRACTOR fail to meet any of the insurance requirements under this
agreement, City cancel the Agreement immediately with no penalty,
Should Contractor's insurance required by this Agreement be cancelled at any point prior to
expiration of the policy, CONTRACTOR must notify City within 24 hours of receipt of notice of
cancellation. Furthermore, CONTRACTOR must obtain replacement coverage that meets all
contractual requirements within 10 days of the prior insurer's issuance of notice of cancellation.
CONTRACTOR must ensure that there is no lapse in coverage.
If the operation under this Agreement results in an increased or decreased risk in the opinion of
the City Manager, then the CONTRACTOR agrees that the minimum limits herein above
designated shall be changed accordingly upon request by the City Manager.
The CONTRACTOR agrees that provisions of this paragraph as to maintenance of insurance
shall not be construed as limiting in any way the extent to which the CONTRACTOR may be
held responsible for the payment of damages to persons or property resulting from the
CONTRACTOR's activities or the activities of any person or persons for which the
CONTRACTOR is otherwise responsible.
Worker's Compensation Insurance
The CONTRACTOR shall procure and maintain, at its sole expense, Worker's Compensation
Insurance in the amount of $1,000,000 per occurrence or in such amount as will fully comply
with the laws of the State of California and which shall indemnify, inure and provide legal
defense for both the CONTRACTOR and the CITY against any loss, claim or damage arising
from any injuries or occupational diseases happening to any worker employed by the
CONTRACTOR in the course of carrying out the work within the AGREEMENT. Such
insurance shall also contain a waiver of subrogation naming the City of Santa Clarita.
Automotive Insurance
The CONTRACTOR shall procure and maintain, at its sole expense, throughout the term of this
AGREEMENT, and any extension thereof, public liability and property damage insurance
coverage for automotive equipment with coverage limits of not less than $1,000,000 combined
single limit. All such insurance shall be primary insurance and shall name the City of Santa
Clarita as an additional insured.
Fire and Extended Coverage Insurance (Services involving real property only)
CONTRACTOR also agrees to procure and maintain, at its sole expense, during the term of this
Agreement, and any extension thereof, a policy of fire, extended coverage and vandalism
insurance.
Revised 1/2012 Page 4 of 7
ARTICLE IX
Pursuant to Senate Bill 542, chaptered in 1999, the Employment Development Department
(EDD) of the State of California requires that a W-9 Form be filed by all vendors for all
AGREEMENTS entered into with the City. CONTRACTOR agrees to complete all required
forms necessary to comply with EDD regulations.
ARTICLE X
Term
This AGREEMENT shall be effective for a period beginning on the date shown in the Notice to
Proceed, and ending on 35 days after the date of recordation of the Notice of Completion unless
sooner terminated.
Modification/Termination
No modification, amendment or other change in this AGREEMENT or any provision hereof
shall be effective for any purpose unless specifically set forth in writing and signed by duly
authorized representatives of the parties hereto. This AGREEMENT may be terminated with or
without cause by CITY giving CONTRACTOR thirty (30) days advance written notice. Any
reduction of services shall require thirty (30) days advance written notice unless otherwise
agreed in writing between CONTRACTOR and CITY. In the event of termination,
CONTRACTOR shall be entitled to compensation for all satisfactory services completed and
materials provided to the date of the notice of termination.
Conflict of Interest
CONTRACTOR will comply with all conflict of interest laws and regulations including, without
limitation, CITY's conflict of interest regulations.
Non -Effect Waiver
CONTRACTOR's or CITY's failure to insist upon the performance of any or all of the terms,
covenants, or conditions of this Agreement, or failure to exercise any rights or remedies
hereunder, shall not be construed as a waiver or relinquishment of the future performance of any
such terms, covenants, or conditions, or of future exercise of such rights or remedies, unless
otherwise provided for herein.
Severability
In the event that any one or more of the provisions contained in this AGREEMENT shall for any
reason be held to be unenforceable in any respect by a court of competent jurisdiction, such
holding shall not affect any other provisions of this AGREEMENT, and the AGREEMENT shall
then be construed as if such unenforceable provisions are not a part hereof.
Governing Law
Revised 112012 Page 5 of 7
This AGREEMENT shall be construed and interpreted and the legal relations created thereby
shall be determined in accordance with the laws of the State of California.
Compliance with Law
CONTRACTOR shall comply with all applicable laws, ordinances, codes, and regulations of the
federal, state, and local government, including City's Labor Compliance Program.
CONTRACTOR shall comply with all aspects of the National Pollutant Discharge Elimination
System (NPDES) in order to prevent pollution to local waterways. Failure to implement NPDES
Requirements shall result in project delays through City issued Stop Work Notices and/or fines
levied against the CONTRACTOR.
Prevailing Wages
If required by applicable state law including, without limitation Labor Code §§ 1720 (as
amended by AB 975 (2001)), 1771, 1774, 1775, and 1776, CONTRACTOR must pay its
workers prevailing wages. It is CONTRACTOR's responsibility to interpret and implement any
prevailing wage requirements and CONTRACTOR agrees to pay any penalty or civil damages
resulting from a violation of the prevailing wage laws. In accordance with Labor Code § 1773.2,
copies of the prevailing rate of per diem wages are available upon request from CITY'S
Engineering Division or the website for State of California prevailing wage determination at
www.dir.ca.gov/DLSRIPWD. A copy of the prevailing rate of per diem wages must be posted at
the job site.
This contract is subject to state prevailing wage requirements of the California Labor Code
including Sections 1770 and 1773, and the City's California Department of Industrial Relations
(DIR) approved Labor Compliance Program. All covered work classifications required in
performance of this contract will be subject to prevailing wage provisions. The Contractors and
its subcontractors shall pay not less than the state wage rates. Contractor shall further adhere to
the requirements contained in the City of Santa Clarita's Labor Compliance Program. A copy of
the Labor Compliance Program is available for review upon request at the Office of the City
Clerk. All pertinent state statues and regulations, including, but not limited to those referred to
in this contract and in the City's Labor Compliance Program, are incorporated herein as though
set forth in their entirety. Additionally, the Contractor is responsible for obtaining a current
edition of all applicable state statues and regulations and adhering to the latest editions of such.
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
Revised 12012 Page 6 of 7
Documents will be performed or manufactured by any worker who is not legally eligible to
perform such services or employment.
The parties hereto for themselves, their heirs, executors, administrators, successors, and assigns do
hereby agree to the full performance of the covenants herein contained and have caused this
AGREEMENT to be executed in duplicate by setting hereunto their names and titles this
day of 20__.
CONTRACTOR: CONTRACTOR NAME: R.C. BECKER AND SON, INC.
Address: 28355 Kelly Johnson Parkway, Santa Clarita, Ca 91355
Phone & Fax No. (661)259-4845 (office): (661)259-9869 (Fax)
ALL SIGNATURES MUST BE Signed By:
WITNESSED BY NOTARY
Print Name & Tide:
CONTRACTOR's License No,
Class
CITY: Date:
Mayor/City Manager of the City of Santa Clarita
Attest: Date:
City Clerk of the City of Santa Clarita
Approved as to Form: Date:
City Attorney of the City of Santa Clarita
Revised 1/2012
Page 7 of 7
Perrfield&Smith
1327 Dai Norte Road. Ste 200
W.O. 21341.01
Camarillo, CA 93010
May 15, 2014
tel 805-981-0706
fax 605-981-0251
Balvinder S. Sandhu
www.penfiadsmith.conr
City of .Santa Clarlta
23920 Valencia Blvd, Suite 300
-
Santa Clarita, CA 93155
Santa Barbara
Camanuo
Subject: Newhall Ave Beatification Project—Work Statement
Santa Maria
Lancaster
Task 1: Preliminary Investigation
Subtask 1.1 - Site Investigation
Ciwl Engineering
Land Surveying
j Using available mapping, we will walk the site and note the existing conditions.
Pictures will be taken and cataloged for use by the entire design team. We will
Land use Planning
identify areas requiring topographic surveying (e.g. curb ramps, utilities), as well
en
Mageomment d.Inspection
Management
as any other conditions that may require coordination with our sub -consultants
and/or other agencies. Penfield & Smith shall note existing conditions that will
Traffic a Transportation
Englneenng
affect the landscape design and review possible locations for the new water and
Transportation farming
electrical service points of connection.
P&S and PCLD will identify the items to be catalogued through field surveying
Slmctural Engineering
(existing utilities, irrigation facilities (if any), traffic signs and any other conditions
Water Resources
that may require team coordination and/or coordination with other agencies.
Engineering
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 fist 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.
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 1881.That 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
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: Design
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.
O
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 V=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
D
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' in conformance with CAMUTCD and City
standards.
2) Traffic Signalization plan at Pine Street
Subtask 3.1.5 - 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 LIVID 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 /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
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 V=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 A81881 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.
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 (SWPPP)
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 NOI form.
SECTION C: BID PROPOSAL
FOR
NEWHALL AVENUE BEAUTIFICATION
(SIERRA HIGHWAY TO RAILROAD TRACKS)
Bid No. ENG -14-15-82015
Project 82015
City of Santa Clarita, CA
TO THE CITY OF SANTA CLARITA, AS AGENCY
In accordance with AGENCY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all
materials, equipment, tools, labor, and incidentals required for the above -stated project as set forth In the plans,
specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein.
BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications,
INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER
agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following BID
SCHEDULE. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in
forfeiture to AGENCY of the proposal guarantee accompanying this proposal.
BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in BID SCHEDULE
are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the
actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO INCREASE OR
DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY REM FROM THE CONTRACT. It is
agreed that the unit andlor lump sum prices bid include all appurtenant expenses, taxes, royalties, and fees. In the case
of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over
figures.
If awarded the contract, the undersigned further agrees that In the event of the Bidder's default in executing the required
contract and filing the necessary bonds and insurance certificates within ten working days after the date of the
AGENCY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall became
the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null
and void.
Company NameR.C. Becker and Son, Inc
Company Address: 28355 Kelly Johnson Parkway
Santa Clarita, CA 91355
By; John Becker
Print Name
Title: Vice President' "
Signature:
Date: tq}31f4
C-1
RALROAD AVENUE SEAUTIEILATION
BID SCHEDULE (Revised
NEWHALL AVENUE BEAUTIFICATION
(SIERRA HIGHWAY TO RAILROAD TRACKS)
Bid No. ENG -14-15-1912015
Project 82015
City of Santa Clarita, CA
SSPWC -2012 Edition "Greenbook" Standard Specifications For Public Works; Division 26 CSI Format
for Electrical Work. GP - General Provisions; SP - Special Provision; (F) - Final Pay Item; (S) -
Specialty item; EA - Each; LS - Lump Sum; LF - Linear Foot; SF - Square Foot; SY - Square Yard; CY
- Cubic yard
ITEM
NO. O
GENERAL _...
1
Mobilization/Demobilization, Bonds and Insurance LS
1 $2'++:55000 $ 2?,550.00
1a
Field Office Facilities for Agency Personnel LS
1 $12,822.50 $ 12,822.50
2
Water Pollution Control and Implement Best
Management Practices LS
$t0,S47.c'r 10,547.80
1 $
TRAFFIC ITEMS
3
Traffic Handling and Construction Area Si, ns
LS
1
$3'.858.43
$ 37.858.43
4a.1
Thermoplastic Pavement Arrow Marking
EA
70
$60.00
$ 4,200.00
4a.2
Thermoplastic 12" Crosswalk/Limit Line
LF
2.133
$1.40
S 4,052.•70
4a.3
Thermoplastic 8" Channelizing Line w! eflectors
(Detail 38B)
LF
3,843
V.18
$ 5,303.34
4a.4
Thermoplastic STOP Legend
EA
5
S141CO
$ 700.00
4a.5
Thermoplastic RAILROAD CROSSING Legend
EA
3
$310.03
$ 930.00
4a.6
Thermoplastic Left Edgeline (Detail 24)
LF
11,943
$0145
$ 5.3'4.35
4a.7
Thermoplastic Laneline wfReflectors (Detail 9)
LF
21,861
$C=M
S 8.3(7.'':8
4a.8
Thermoplastic Two Way Left Turn Line w!
Reflectors Detail 32)
LF
501
$,.,i,_
$''"
4a.9
Thermoplastic No Passing Line wt Reflectors
(Detail 22)
LF
748
$1 35
S',fk�9.80
4a.10
Thermoplastic Solid Laneline wl Type C Markers
at Intersection
LF
2,355
$070
$ 1648,50
4a.11
Thermoplastic Lane Drop at Intersection w/
Reflectors (Detail 37B)
LF
1.575
$0.80
$ 1,260.00
4a.12
Thermoplastic Median Lane wl Reflectors (Derail
29)
LF
940
q,I,gS
1.269.00
$ -
4a.13
Thermoplastic Riqht Edgeline (Detail 27B)
LF
1,738
$0.601
$ ':,042.00
4b
Sign and Post
EA
120
$210.00
$ 25,200.38
5
Traffic Signal Loops
EA
40
=3='.01
$ 12,44040
6
Traffic Signal Improvements (Pine Street)
LS
1
$201.0222 J
S 20/93203
7
Video Detection System (Temporary - Installation
8 Removal)
EA
2
$21,39760
$ 42,795.20
DEMOLITION AND EARTHWORK
Ba.1 Sawcut Existing Pavement LF 12,625 x1.46 $ 16,432.50
C-2
wmr asosa
8a.2 Remove Existinq Asphalt Pavement SF $. 177,822.36
8a.3.1 Remove Existing Striping (Phase 1) LS$1'' 443.90 $ 10,443.00
8a.3.2 Remove Existing Striping (Phase 2) LSS13,44CW $ 43,440W
;42,138$422
8a.4 Remove Existing Concrete Sidewalk SF $233 $ 4.14681
8a.5 Remove Existing Concrete Curb and Gutter LF$1623 $ 3.018.78
Bb Soil Removal and Disposal Cy$25.60 $ 17,536.00
9 Earthwork & Rough Grading (Net Import} CY $15.75 $.33,662.50
ROADWAY CONSTRUCTION
10a Median Concrete Curb LF 10,543 $1374 $ 144,860.62
10b Concrete Curb & Collectinq Gutter LF 250 $43.10 $ 10,'75.00
10c Concrete Pad for Drainage Inlet EA 2 $932.51 $ 1,865,02
10d Asphalt Concrete Berm LF 450 $12.24 $ 5,508,00
11 ADA Concrete Curb Ramp EA 5 $3.113.,0 $ 15,565. CC
12 Asphalt Concrete Pavement SF 2,962 $9.78 $ 28,968.36
UTILITY IMPROVEMENTS
13 Adjust Existing Utility to Proposed Grade EA 5 1$550,00 1 $ 2,750.00
HARDSCAPE
14 1 Integral Colored & Stamped Concrete SF 11.890 $7.18 $ 85,370.20
ELECTRICAL
15
New Service Pedestal, Meter, and Appurtenances
EA
1 1
$5,51ii.00
$ 5,51600
IRRIGATION
1 1/2" Backflow (B.I.C. Station Includes
16 Enclosure)
EA 1 $'A`71F," $ 9'718'00
17 Irrigation Controller wl Enclosure
EA 1 98.310,00 $ 8310 013
Weathertrak WTPRO2S-24STA with Weathertrak
18 360 kit
EA 1 $2055,00 $ 2,056.00
19 Controller Wire
LF 83,926 $;.17 $'4.26742
20 1 1/4" Remote Control Valve
EA 5 $28300 $ 1415.00
21 1" Remote Control Valve
EA 31 $2490D $ ":.f,.20
22 1" Remote Control Drip Valve
EA 18 $29800 $ 5,364.00
23 Gate Valve
EA 19 4253 00 $ 4,807.00
24 Quick Coupler
EA 22 $179.00 $3,938.90
25 Flush Valve
EA 172 $4500 $.7,'40 Mt
Irrigation Sleeves Under Streets (Including
26 Directional Boring)
LF 120 51 1'500 $ 15,000.00
Sawcut, removal and replacement of asphalt for
27 irrigation sleeves
$47 2' 5E.652.00
LF 1209 $
28 2" Mainline (Sch. 40 PVC)
LF 2.526 $3.84 S 9,699.84
29 1132"MainLine Sch, 40 PVC)
LF 2,659 $365 $97.1535
30 1 114" Lateral Line (Sch. 40 PVC)
LF 885 '. $32C $ 283200
31 1" Lateral Line (Sch- 40 PVC)
LF 1,5G4 $3.13... $4 '707 —52
32 3/4" Lateral Line Sch, 40 PVC)
LF 6,460 $2.9C $ 18,734 00
33 Class 315 Pipe/Wire Sleeve- size per plan
LF 3,815 $9.9C $ 37,76850
34 Root Watering System - Trees
EA 112 $43.00 $ 4,816.00
35 Bubblers on Risers - Shrubs
EA 1,276 $10.75 $ 13,717.00
PLANTING
36a Root! Moisture Barrier
LF
4,798
$6.62
$ 3176276
36b Root Barrier over Storm Drain
LF
1 124
$1000
1 $ 1,240.00
C-3
P yer S M4
37
Planting Area Agronomic Soils Tests (Import
Only)
EA
3
$135 of
405.00
$
38
Planting Area Soil Preparation & Amendments
SF
16,324
$0.24
$ 3,917%6
39
36" Box Tree
EA
19
$880.0"
$ 13,720.00
40
24" Box Tree
EA
37
$502 00
$ 18,574,00
41
Shrubs 1 Gallon
EA
875
;9.15
$ 8,006.25
42
Shrubs 5 Gallon
EA
1,486
$18.40
$ 2$08540
43
Planting Area Fine Grading
SF
16,324
$0.b6
$ 975.44
44
2" Organic Mulch (Planting Areas)
CY
102
$37.80
1 $ 3,855.60
45
180 Day Plant Maintenance and Establishment
SF
16,324
$0.42
$ 6,856.08
Base Bid Amount:
$ 1,346,036.88
Base Bid Total in Words: one million, three hundred finty-six thousand, thirty-six dollars and
eighty-eight cents
Bid Alternate: (cost difference between Pavers and Stamped Concrete)
Al
Concrete Pavers SF
1 11890
$1926.
1 $ 229,001.40
A2
Metal Edging LF
4580
Se's
$40,2'.240
14
Deduct. Bid Item No. 14 - Integral Colored &
Stamped Concrete SF
11690
-$'.18
$ - $85:3R12U
Bid Alternate Amount:
$ 183,843.60
The Award of Contract, if made, will be to the lowest responsible BIDDER determined soley by the
Agency as follows:
The basis for award of contract shall be the Contractor's Base Bid.
Additionally. the AGENCY reserves the richt to reject any or all proposals, delete portions of any and
all bids, to waive any irregularity. and to take the bids under advisement for a period of NINETY 90
days, all as may be required to provide for the best interests of the AGENCY.
C-4
DESIGNATION OF SUBCONTRACTORS
NEWHALL AVENUE BEAUTIFICATION
(SIERRA HIGHWAY TO RAILROAD TRACKS)
Bid No. ENG -14.15-82015
Project 82015
City of Santa Clarita, CA
Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor
who will perform work or tabor. or render service in excess of h of 1 percent, or $10,000 (whichever isgreater)
of the prime contractor's total bid: DBE status, age of firm and annual gross receipts are required ff sub
contractor is participating as a DBE.
Subcontractor DBE STATUS: Dofiar Value o Work $8g,045.79
Superior Pavement Markings NONE
Age of firm: 14 yrs Certifying Agency: Annual Gross Receipts: $5410 mill
Location and Place of Business
5312 Cypress St, Cypress, CA 90630
ttl Schedule Item Nos: Description of Work
4a14a13, 4b, 893.1-893.2 Signing and Striping
License No. Exp. Date: / / hone ( )
776306 08 31 15 714-995-9100
C-5
NEVA,. AVENUE SE&Mhi MN
PIWIt Fr1Oi5
DESIGNATION OF SUBCONTRACTORS
NEWHALL AVENUE BEAUTIFICATION
(SIERRA HIGHWAY TO RAILROAD TRACKS)
Bid No. ENG -14-15-62015
Project B2015
City of Santa Clarita, CA
C-6
DESIGNATION OF SUBCONTRACTORS
NEWHALL AVENUE BEAUTIFICATION
(SIERRA HIGHWAY TO RAILROAD TRACKS)
Bid No. ENG -14-15.82015
Project B2015
City of Santa Clarita, CA
Subcontractor 5BE STATUT Dollar Value of Work
Age. of firm: Certifying A en Annual Gross Receipts:
Location and Place o us ness
Bid Schedule tem os: Desbnptwn of Work
Licen11 se No, Exp. Date: / !=Phone )"
ubcontractor
Age of tirm:
Gertif in enc :
ollar Value of or
Annual Gross Receipts:
Location an Place o usiness
Bid Schedule Item Nos:
Description of Work
License No.
Exp. Date: /
one ( )
Subcontractor
Age of firm:
DBE STATU
CertMing Aenc :.
Dollar Value of Work
Annual Gross Receipts:
ocadon an ace o Business
Bid Schedule Item Nos:
escription of Work
License No.
Exp. Date:
hone )
C-7
P.1,P:43^r
ii{G AVQIJIJQ Lt -0i �1' II.Ai(�1r!
A:i''p1A
REFERENCES
NEWHALL AVENUE BEAUTIFICATION
(SIERRA HIGHWAY TO RAILROAD TRACKS)
Bid No. ENG -14-15-82015
Project 82015
City of Santa Clarita, CA
The following are the names, addresses, and telephone numbers of three public agencies for which
BIDDER has performed similar work within the past 3 years:
1. _Pdtof Santa Clarita 23920 Valencia Bivnta Clarita, CA 91355
Name a6 Address of owner I Agency
$1,423,057.93 Railroad Ave Beautification 9/2014
2. City of Santa Clarita 23920 Valencia Blvd, Santa Clarita, CA 91355
Name and Address of Owner E Agency
Frank Luian 66
$1,668,871.31 Golden Valley Rd Median Improvements 812014
3. LACMTA One Gateway Plaza, Los Angeles, CA 90012
Name and Addressof -Owner/-Agency
Deneise Glover 213-922-7302
_._
ame and Telephone Number of Person Familiar with oject
$1,628,600.00 Division 8 Pavement Replacement 6/2014
tltract Amdurtt Type of WorkOskW t;,omplet
The following are the names, addresses, and telephone numbers of all brokers and sureties from whom
BIDDER intends to procure insurance bonds:
Contractors Name
C-8 R.C. Becker and Son, Inc
aaiaoao nvevcL aea::rer,-, r;nn
TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29
DEBARMENT AND SUSPENSION CERTIFICATION
NEWHALL AVENUE BEAUTIFICATION
(SIERRA HIGHWAY TO RAILROAD TRACKS)
Bid No. ENG -14-15-132015
Project 82015
City of Santa Clarita, CA
The bidder under penalty of perjury, certified that except as noted below, he/she or any person
associated therewith in the capacity of owner, partner, director, office manager:
is not currently under suspension, debarment, voluntary exclusion or determination of ineligibility by
any federal AGENCY;
has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal
AGENCY within past three years;
does not have a proposed debarment pending; and
has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent
jurisdiction in any matter involving fraud or official misconduct within the past 3 years.
If there are any exceptions to this certification, insert the exceptions in the following space.
Exceptions will not necessarily result in denial of award, but will be considered in determining bidders'
responsibility. For any exception noted above, indicate below to whom it applies, initialing AGENCY, and
dates of action.
NotAiplicahip Ww.,
NOTE: Providing false information may result in criminal prosecution or administrative sanctions.
The above certification is part of the Proposal. Signing this Proposal on the signature portion
thereof shall also constitute signature of this Certification.
C-9
tAfl.f1GA0 A44s^�UE BFAi.P•f!CA! 10%
oval ml<
EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION
NEWHALL AVENUE BEAUTIFICATION
(SIERRA HIGHWAY TO RAILROAD TRACKS)
Bid No. ENG -14-15•B2015
Project 82015
City of Santa Clarita, CA
This bidder R.C. Becker and Son, Inc , proposed subcontractor (s) hereby certifies
that he has x , has not , participated in a previous contract or subcontract subject to the
equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that he
has xxhas not , filed with the Joint Reporting Committee, and Director of Office of Federal
Contract Compliance, a Federal Government contracting or administering AGENCY, or the former
President's Committee on Equal Employment Opportunity, all reports that are under the applicable filing
requirements,
Company: , R.C. Becker and n, Inc
it
By: r
Bohn Be r`
Title: vice P sident
Date: 10/30/14
Note: The above certification is required by the Equal Employment Opportunity of the Secretary of
Labor (41 CFR 60-1.7(b)(1)) and must be submitted by bidders and proposed subcontractors only in
connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth
in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.)
Currently, the Standard Form 100 (EEO -1) is the only report required by the Executive Orders or their
implementing regulations.
Proposed prime CONTRACTORS and subcontractors who have participated in a previous contract or
subcontract subject to the Executive Orders and have not filed the required reports should note that 41
CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such CONTRACTOR submits
a report covering the delinquent period or such other period specified by the Federal Highway
Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor.
C-10
RAILROAD AVENUE BEAUTIFICATION
P,aje 13"14
BIDDER'S INFORMATION AND CERTIFICATION
Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury.
EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE
Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under
the requirements of any AGENCY, State, or Federal equal employment opportunity orders have been
satisfactorily filed, and that no such reports are currently outstanding.
AFFIRMATIVE ACTION CERTIFICATION
Bidder certifies that affirmative action has been taken to seek out and consider minority business
enterprises for those portions of the work to be subcontracted, and that such affirmative actions have
been fully documented, that said documentation is open to inspection, and that said affirmative action will
remain in effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that
affirmative action will be taken to meet all equal employment opportunity requirements of the contract
documents.
R.C. Becker and Son, Inc
Bidder's Name:
Business Address: 28355 Kelly Johnson Parkway, Santa Clarita, CA 91355
Telephone No.: 661-259-4845
State CONTRACTOR's License No. & Class: 256762 Class A & C-12
Original Date: 7(22/1969 Expiration Date: — 613CV201 6
The following are the names, titles, addresses, and phone numbers of all individuals, firm members,
partners, joint venturers, and/or corporate officers having a principal interest in this proposal:
R.C. Becker and Son, Inc 28355 Kelly Johnson Parkway, Santa Clarita, CA 91355 661-259-4845
MOM M Becker. President 28355 KeA JY ohnsors Parkwav Sanf�Ckat CA 913 5 P�61-259 4845
John Becker, Vice President 28355 Kelly Johnson Parkway, Santa Clarita, CA 91355 661-259-4845
The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in
this proposal, or any firm, corporation, partnership or joint venture of which any principal having an
interest in this proposal was an owner, corporate officer, partner or joint venture are as follows:
NONE
C-11
RAP WA0 AVENJE BEAO*. i.';Ca: (W
V i9M9l
All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in
this proposal are as follows:
NONE
IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and
seals of all aforementioned principals this 36 .� day of Oct 2014 .
f
BIDDER: /`
John IWcker, Vice President
Name and Title of Signatory
R.C. Becker and Son, Inc
Legal Name of Bidder
28355 Ketly Johnson Parkway. Santa Cladta,_CA 91355
Address
661-259.4845 95-2567499 _
Telephone Number Federal Tax I.D. No.
SIGNATURES MUST BE MADE AND NOTARY ACKNOWLEDGMENTS OF EXECUTION OF BIDDER
MUST BE ATTACHED
Subscribed and sworn to this
Notary Public "see attached**
day of , 20
C-12
RAIMOAD AVENUE BEAUTIFICATION
Pr USX1<
(SEAL)
CALIFORNIA JURAT WITH AFFIANT STATEMENT oOVENNM Wr CODE 48202
* See Attached Document (Notary to cross out lines 1-6 below)
❑ See Statement Below (Lines 1-6 to be completed only by document signer(s], not Notary)
Sgneture of Document Sipter No. f
State of California
County ofAn Pjt-s ___
LISA O�HERTZINC
Cammiasion M 1959174
Qm�
Notary Public - CaliforniazLos Angeles County comm. Ex ites NOW 4, 2015 ~
Piave Notary Seel Above
Sl9re#an of nnbmient Signer No. 21# My)
Subscribed and sworn to (or affirmed) before me
on thisO��day of OcLAe�®, 201�—
bY
Del. MfmN rear
(1) Sohn Becker- ,
Name USlgrcr
proved to me on the basis of satisfactory evidence
to be the person who appeared before me
("d
(2)
No. of Signer
proved to me on the basis of satisfactory evidence
to be the person who appeared before me.)
Signature
Signature M Notary
OPTIONAL
Though the lofomfatun below is not required by taw, 9 may prove valuable Top of thumb Irene Top of thumb here
to persons WWV on the document and could prevent fraudulwrt removal
and reattachment of ttHs form to another document.
Further Description ofAnyAttached Document
T -:Ile or Type of Document....81d�
Document Dean: 1Q.13Q,j_q__....„,._____Number of Pages:
Signer(s) Other Than Named Above:
2010 National Notary Association • NatbnelNoiary,wg • 1 -WAIS NOTARY (1-900-87&6927) Item #5910
BID SECURITY FORMS FOR CHECK OR BOND TO ACCOMPANY BID
NOTE: The following form shall be used in case check accompanies bid.
Accompanying this Proposal is a 'certified/cashier's check payable to the order of the City of Santa
Clarita for: NOT APPLICABLE dollars ($ ), this amount
being not less than ten percent (10%) of the total amount of the bid. The proceeds of this check shall
become the property of said AGENCY provided this Proposal shall be accepted by said AGENCY through
action of its legally constituted contracting authorities, and the undersigned shall fail to execute a contract
and furnish the required bonds within the stipulated time; otherwise, the check shall be returned to the
undersigned.
Project Name: Newhall Avenue Beautification
(Sierra Highway to Railroad Tracks)
City Project 82015
NOT APPLICABLE
Bidder's Signature
CONTRACTOR
Address _
City, State, Zip Code
Delete the inapplicable work.
NOTE: If the bidder desires to use a bond instead of a check, the following form shall be executed.
The sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.
C-13
%AOA``+EVUC S' LT-rl',AMN
M�oci FvJ,<
PROPOSAL GUARANTEE
BID BOND
NEWHALL AVENUE BEAUTIFICATION
(SIERRA HIGHWAY TO RAILROAD TRACKS)
Bid No. ENG -14-15-B2015
Project B2015
City of Santa Clarita, CA
KNOW ALL MEN BY THESE PRESENTS that R.C. BECKER AND SON, INC. , as BIDDER,
and Fidelity and Deposit Company of Maryland as SURETY, are held and
firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of Ten Percent of Total Amount Bid
dollars 1$ 10% of TAB), which is ten percent (10%) of the total amount bid by BIDDER to AGENCY for the
above -stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly
and severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid
to AGENCY for the above -stated project, if said bid is rejected, or if said bid is accepted and the contract
is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be
null and void, otherwise it shall remain in full force and effect in favor of AGENCY.
IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this
27th day of October
R.C. BECKER AND SON, INC.
BIDDER:
Signature
Name and Title of
28355 Kelly Johnson Parkway, Santa Clarita, CA 91355 Utas-'JSJ_ygyC,
Address
Subscribed and sworn to this 27th day of oawber 2014.
NOTARY PUBLIC See attached (SEAL)
,M (Z 13) 2M 8884
'Provide BIDDER and SURETY name, address, and telephone number and the name, title, address, and
telephone number for authorized representative.
IMPORTANT - Surety. Companies executing Bonds must appear on the Treasury Department's most
current list (Circular 570, as amended) and be authorized to transact business in the State where the
project is located.
C-14
RAII-ROAD AVENUE BEAUTIFICATION
P'.pga 84014
CALIFORNIA
State of California
County of Los Angeles
Subscribed and sworn to (or affirmed) before me on this 27th day of
October , 20 14 , by B. Aleman , proved
to me on the basis of satisfactory evidence to be the person(s) who
appeared before me.
(seal) Signature *#VA
Tracy Aston
r
` TRACY AASTOSTON
Commission X 1933075
<<! +:tt Notary PublIc - California
Los A"Wes County q£
Cmnm.,.._ of Yay 15.2015y
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALI, MEN BY Tl1rSE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the Slate of New
York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by
THOMAS O. MCCI.ELLAN. Vim President, in punuarue of authority granted by Article V, Section 8, of the By -Laws of said
Companies, which are set forth on the reverse side hereof and we hereby certified to be in full force and effect on the than hereof, do hereby
nominate, constitute, and appoint R. ALEMAN, of Loa Angeles, California, its true and lawful agent and Attorney -in -Fact, to make,
execute, seal and deliver, for, and rut its behalf as surety, and as its act and deed: any and nil bonds and undertakings, and the executiml of
such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and
purposes, as if they had been duly executed acrd acknowledged by the regularly elected officers of the ZURICH .AMERICAN INSURANCE
COMPANY at its office in New Yak, New York.. the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND
SURETY COMPANY at its office in Owings Mills, Maryland, and the regularly elected officers of the FIDELITY AND DEPOSIT
COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is atrue copy of Article v, Section 8, of
the By -Laws of said Companies. and is now in force.
IN WITNESS WHEREOF, the said Vice President has hereunto subscrit sed his/her names and affixed the Corporate Seals of the aa(d
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND. this 10th day of May, A.D- 2012. ATTEST:
u
Assistant SrcrekBN
Eric D. Barnes
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMRRIC',AN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
SIAL )kg'
.� rase 1S
a„
Vice President
Thomas O. McClellan
State of Maryland
City of Baltimore
On this 10th day of May, A.U. 2012, before the subscriber, a Notary Public of the Slats of Maryland. duly comniuioned and qualified. THOMAS O.
MCCLELLAN, Vice President, and ERIC: D. BARNES, Assisotnt Secretary, of the Companies, to ore personally known to be the individuals and officers
described in and who executed the i n cding instrument, and acknowledged the execution of sane, and Mang by nue duly sworn dcposah aid sash, that
helshe is the said Officer of the Company aforesaid. and low the scats affixed to the preceding insinmtent arc the Corporate Seals of said Companies, and that
the said Corporate Seals and the 09MILUM :a such nffieer wen duly affixed and subscribed to the said instrument by the authority and direction of the said
Corporations.
04 TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year fast above wdrtco.
to
r
Marin D. AdwmkL Notary Public
My Commission Fxpires: July 8.201 S
POA -E 012-MSZ
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V, Section 8, Attorneys-in-Fuc7. The Chief Executive Officer, the President, or any Executive Vice President or Vice President
may. by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies,
recognizances, stipulations, undertakings, or other like instruments on behalf of the Compwiy, and may authorize any officer or any such
attorta:y-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment m authority at any
line."
CERTIFICATE
I, the undersigned. Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the
foregoing Power of Attorney is still in full force and effect on the date of this certificate; and 1 do further certify that Article V, Section 8, of
the By -Laws of the Companies is still in force.
This Power of Attorney and Certificate may he signed by facsimile under and by authority of the following resolution of the Board of
Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on tire 15th day of tyecember 1998.
RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary
and the Seal of the Company may be affixed by facsimile on wry Power of Attorney... Any such Power or any certificate thereof bearing such
facsimile signature and seal shall he valid and binding on the Company."
'this Power of Attorney and Certificate may he signed by facsimile under and by authority of the following resolution of the Board of
Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly culled and held on the 5th day of
May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a
meeting duly called and held on the I 01 day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature
of any Via: -President, Secretary, or Assistant Secretary of the Company, whether made heretoriare nr hereafter, wherever appearing upon a
certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect
as though manually affixed.
IN TESTIM W (P, I have hereunto subscribed my name and affixed the corporate seats of the said Companies,
this __dayofT_ ''��! .20—
c
SD.,.
AL� .,.d
Geoffrey Delisio, Vice President
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California 1
County of Los Angeles J}
On 10/30/14 before me, Lisa O. Hertzing, Notary Public
� '" Mere loam! NamnuW Tib of lee eka,
personally appeared John Becker
7 LISA 0. HERTZING� [
7 Commlaelon rr 1959171
< i Notary Public - Cdlfartils
Los Anynas Counly
M Comm. Expires Nor 4, 201st
who proved to me on the basis of satisfactory evidence to
be the person(t) whose name(&) istam subscribed to the
within instrument and acknowledged to me that
'they executed the same in tusfha ;/%ok authorized
capacity(ies), and that by histhorAhoh signatureM on the
instrument the person(, -t}, or the entity upon behalf of
which the person(a} acted, executed the instrument.
1 certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph is.
hue and correct.
WITNESS my hand and official seal.
vm Nmrysoal rv�m Signature d_5�ap�..,
OPTIONAL
Though me mfnrmarion belaw is not required by law, a may prove valuable to persons relying on the documnt
and couMrvevent haudulenf removel and reaffachmant o/ this /arm to another dacument.
Description of Attached Document
Title or Type of Document Bid Bond_
Document Date: 10/27/14 Number of Pages: _.
Signer(s) Other Than Named Above:
Capecity(ies) Claimed by Signer(s)
Signers Name: John Becker _ ,.
Signer's Name: -- --
0 Individual
❑ Individual
u Corporate Officer —Title(s): _._„_„.„.„.�.
El Corporate Officer —Tiffe(s):____,_„_
❑ Partner — L Limited ❑ General
G Partner — r7 Limited G General
Attorney in Fact
To, m srvmb Im,�
71 Attorney in Fact
- rev at um+b hale
u Trustee
U Trustee
G Guardian or Conservator
u Guardian or Conservator
Other,
❑ other:.___
Signer Is Representing: __
Signer Is Representing:
C4REd�.'a'bT,G(Z.l'(:axtlCi.'ra(.?�T.&2T.4RTrBrr�Zt.
_.. .rG�Cd`1.P4
02661 NnIbruJ Nnlary AuainlM•&f50 tM C.nbiAw P.O Bm 2elY2•CmLawxlh C.�ata13Z1a2•uwwfMNnm6JNwYela
Item BSVO) hnMer: f.MTnLfine lBM-BlG--682)
NON -COLLUSION AFFIDAVIT
(Title 23 United States Code Section 112 and Public Contract Code Section 7106)
NEWHALL AVENUE BEAUTIFICATION
(SIERRA HIGHWAY TO RAILROAD TRACKS)
Bid No. ENG -1415.82015
Project 82015
City of Santa Clarits, CA
To the CITY OF SANTA CLARITA:
In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106, the
Bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person,
partnership, company, association, organization, or corporation; that the bid is genuine and not
collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other bidder to
put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed
with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the
Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or
conference with anyone to fix the bid price of the Bidder or any other bidder, or to fix any overhead,
profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage
against the public body awarding the contract of anyone interested in the proposed contract; that all
statements contained in the bid are true; and, further, that the Bidder has not, directly or indirectly,
submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged
information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership,
company association, organization, bid depository, or to any member or agent thereof to effectuate a
collusive or sham bid.
THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE "BIDDERS CERTIFICATION"
SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS
WHICH FORMA PART OF THE PROPOSAL BIDDERS ARE CAUTIONED THAT MAKING A FALSE
CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION.
C-15
RAILHOV A'! WE BEAUTF$ APOd
Pwptl 82LL:
Stontec Consulting Services Inc.
1327 Del Norte Road
Camarillo CA 93010-9125
Tel: (805) 981-0706
Fax: (805) 981-0251
W.O.21341.01
November 20, 2014
Balvinder S. Sondhu
City of Santa Clarita
23920 Valencia Blvd, Suite 300
Santa Clarita, CA 93155
SUBJECT: Subject: Newhall Ave Beatification Project - Task 4 & 5 Work Statement
Dear Mr. Balvinder
The scope of work includes civil engineering, construction survey, and landscape architect related
services during construction as follows:
TASK 4: CONSTRUCTION PHASE SERVICES
Subtask 4.1 Attend Prebid Meeting
Penfield & Smith and its sub consultants shall attend the pre bid meeting. Provide technical
assistance to the City.
Output:
1) Meeting minutes.
Subtask 4.2 Respond to Contractor RFI's
Address contractor RFI's relating to the project design and provide a formal response to the City.
Output:
1) Prepare RFI response memorandum and provide to the City.
Subtask 4.3 Attend Preconstruction Meeting
Penfield & Smith and its sub consultants shall attend the preconstruction meeting. Provide
technical assistance to the City
Output:
1) Issue meeting minutes to the City.
Design with commut ity in mind
4
November 20, 2014
Page 2 of 3
Reference: Newhall Ave Beafif'ication Project -Task 4 8 5 Work statement
Subtask 4.4 Attend Weekly Project Construction Meetings
Attend up to twelve (12) weekly project meetings during construction. We assume project
construction duration will be 90 days. Penfield & Smith and its sub consultants shall coordinate field
reviews on the site visits on the same day as the weekly construction meeting when possible.
Subtask 4.5 Review and Respond to Contractor RFI's and Change Order Requests
Review and respond to contractor RFPs and Change Order requests within 3 working days.
Prepare and issue plan design revision, if necessary. Maintain RFI and Change Order log and track
changes on a plan set. Provide assistance to the City Project Manager with change order requests
including cost analysis.
Output:
1) Provide RFI's response memorandum
2) Plan revisions, if necessary
3) Change Order Log.
4) Plan set tracking changes.
Subtask 4.6 Review and Respond to Contractor Submittals
Provide submittal and shop drawing review for conformance to the project plans and
specifications.
Maintain a submittal log and update provide update to City as necessary.
Output:
1) Response to submittals and shop drawings.
2) Submittal log updates.
Subtask 4.7 Perform Final Job Walk
Penfield & Smith and Pacific Coast Land Design shall preform a final job walk with the design
team, the City project manager and contractor. Document and develop punch list items.
Output:
1) Develop punch list item list.
Subfask 4.8 Prepare Record Drawings.
Dosign with community in mind
4
November 20, 2014
Page 3 of 3
Reference: Newhall Ave Beatification Project -Task 4 S 5 Work Statement
Prepare project record drawings. Incorporate the contractors field red line set into the CAD
drawings. Compare contractor's red line set with the change order plan set. Prepare final Mylars
and provide digital AutoCAD and PDF files.
Output:
1) Record drawings on Mylar, AutoCAD and PDF's.
Task 5: Construction Stakinq
PM -7 T. -114j
Penfield & Smith shall provide the following services for construction staking:
• Attend pre -construction meeting.
• Verify, extend, and set local control as required.
• Sowcut/Demo Limits Staking.
• Final Curb and Gutter Staking.
• Final AC Berm Staking.
• Handicap Ramp Staking.
• Traffic Signal Light Pole Staking.
• Office Coordination and Management.
Subfask 5.6 Additional Services
The amount shall be held for unforeseen incidental costs related to this task.
SERVICES NOT INCLUDED
The following services and all other services not specifically listed herein are excluded:
• Re -staking or resetting of any construction stakes.
• Monument Preservation.
• Irrigation Mainline or Sleeve Staking.
• Staking of Signage, Striping, and utility staking not listed above.
• Additional construction staking beyond those described herein.
Design with communBy in mind
PROJECT FEE ESTIMATE
(WITH PREVAILING WAGES)
PENFIELD&SMITH/STANTEC
1327 Del Norte Road,
Suite 200
Project No.: 21341.01
Description: Newhall Ave Beautification Project
Camarillo, CA 93010
Client: City of Sane Clanta
Prepared by: SCIOSR
(505) 9610706
Date: November 7. 2014
Croce: 2
File Name: W9wo U1000-21999U134lkProposaiWe hall -Fee Esbmate.xlse
Billing Type: T3M
Prevailing Wages(yln): y
Hours
P85
PB$ Vas Pfl5 P. P"
PCLO
MCD P0.D
Pa3 Pae
Pus
TOUT
TOTK
`,s l
SeKrll savor, Narc T. COM
1-0.Prgen
Mrp DesignerPNW
Aurc
ialw
WLYt
TABOR
�K
DranM p."w Sale. Saaad T.
lanbaGe. LanOx'.aq LtY ya
9rvyw &rqM
Suer
HA1M
LOST
TASK 4 CONSTRUCTION MANAGEMENT SUPPORT
1 -Attend Pirelli i Meaning
4
2
3
9
1545.5
2 Rasped W Connector RFfs
6
8
2 4
2D
2973
b Moral Premre4Wion MOD"
4
4
4
.4-Atlencl Weedy Pnojact Caebtadpn
48
IB
94
15997
and Personal to Contractor RFfs and C Older Requests
40
5 4
521
9210
.&Review
.6- Review and respond as Contactor slbmdieY
32
12
44
7874
Perform Final Job West
20
2
7
29
Still
.7
B Prepare Record Dereang,
16
1 8
25
4017.5
TASK 5 CONSTRUCTION STAKNG
5.1 Demo Limed Saw CW -
11
32
43
10020
5.2 Died, 8 Gutter
24
85
92
21380
5.3 TMk poles
3
2
5
950
5.4 AC Barmms
2
4
6
1340
3
8
11
2540
5.5 HCR Staiup
5.6 Addilnrul Services
5000
it
I
TOTALS
170
21 81 4
6
6J 15
N
111
446
906891
Class? Son
SIN
Cleniliaepn
Ex,enses
Cart Sip
RMIWIeebMe
Consultant
__..___..... _...............
.... ......... .
.......................................................___....._._.._....__._...__._.._..___.._._.._.__.._......__..............................._
...._....12 Procan Engineer
190.00
.... ......... __...... ....... ....... . _.$1h
..
... ..... ........
1.15
0
11 Senor II Engineer
170.00
19 print w Surveyor
165.00
1.15
0
6 Sanor Designer
law
16 Asecainr Surveyor
140.00
1.15
0
9 Associate Erpilear
145.00
21 Tvortun Perry
265.00
1.15
0
43 Tahraal Support
75.W
1.15
0
30 Com udon T.creclan
-
1.15
0
1.15
34 'Pnnryle
172.50
' PCLD Being Rales inure 15%march up
1.15
0
35 -Pmjetl Manager
119.50
CIS
0
36 'Desgner
10350
1.15
Average Rale
203 295
$O
Total
890,67
NTETRATECH
November 20, 2014
Ms. Julia Regan
Project Development Coordinator
City of Santa Clarita
23920 Valencia Boulevard, Suite 300
Santa Clarita, CA 91355
Reference: Proposal for Newhall Avenue Beautification Project B2015
Business Liaison and Construction Inspection Services
Dear Ms. Regan:
I am pleased to respond to your recent Request for Proposal for the Newhall Avenue Beautification
Project Construction Inspection Services.
The City desires a highly skilled individual to assist the Project Manager with Construction Inspection
Services and to assist with liaison efforts with the business community. The project requires the
services of a construction observer who is not only adept in construction methodology, codes and
standards, but possesses superior administrative skill and the unique ability to anticipate problems,
recognize and address the needs of the business community and represent the agency to the high
standards the City expects of its employees and consultants.
We have an outstanding team, which combines the experience, depth, and understanding needed for the
successful delivery of this type of Construction Management Services contract. We are ranked as the
#I Water Firm by Engineering News -Report (ENR) in a survey of 500 firms. Our firm is a leader in
water/wastewater/reclaimed water facility design and has a long history working in Southern California
on challenging civil engineering projects such as those expected to result from the subject contract. We
bring the following distinct advantages to the City of Santa Clarita:
• Commitment of Our Best People to the Contract — We are committing one of our most experienced
Construction Observers/Special Inspectors Brad Therrien, P.E., PLS, to fulfill all of the
requirements listed in the scope of services. He has over 25 years of experience, and has been
responsible for the Construction Management of a variety of water/wastewater projects throughout
Southern California. He has a proven track record of managing the construction contractor and
completing a variety of projects on time and within budget with a high degree of client satisfaction.
His resume is included with this letter.
Dedication to City of Santa Clarita — Tetra Tech is accustomed to serving as a team member for
projects similar to yours and has demonstrated our ability to integrate our people with clients' staff.
Our approach to this project will include a "teamwork and partnering" approach with the City. Our
intention is to use this project as another step in building a solid, long-term working relationship
with you. We will do this by exceeding your expectations through hard work, attention to detail,
high level of communication and professional presentations.
Tetra Tech, Inc.
17885 Von Kaman Avenue. Suite 504, Irvine, CA 926146213
Tel 949.809.5400 Fax 949,809.50 10 v .tetratechxom
Ms. Julia Regan
November 20, 2014
Page 2
Our rates are inclusive of mileage, computer, and cell phone charges. Our quote will remain in effect
for ninety (90) days. Tetra Tech has reviewed the sample contract and would be willing to execute the
City's Agreement without change, upon receipt of a notice to proceed. Our signature below of Tetra
Tech's authorized representative certifies that to the best of our knowledge and belief, the information
included in this proposal is true and correct. Our proposed work will be performed at a "not -to -exceed"
price as stated within our Cost Proposal for $90,000.
Thank you for giving us the opportunity to submit our proposal. We look forward to your positive
response. If you need additional information or have any questions, please feel free to contact me
directly at (949) 809-5156.
Sincere y,
4�a
Tom Ep o>� n, P.E.
Vice President
Water, Environment and Infrastructure
TLE/LB/cg
M:\Marketing\Proposals\WTRS\FY2015NCM004—SmtaClarita-NewhalI
Attachment
HIMI7at1T*41
uanne B an, P.E.
Manager, Construction Management Group
Water, Environment and Infrastructure
Cover Letter
I. Introduction.....................................................................
2. Qualifications of Firm and Assigned Staff ......................
3. Work Statement...............................................................
4. Cost Proposal..................................................................
5. Labor Compliance...........................................................
6. Statement of Offer and Signature (On Cover Letter) ......
(Sierra Highway to
Tracks)
Page
1
3
...........................................................................9
.........................................................................10
.........................................................................11
.........................................................................
] 1
M: WarketingTropWs\W RSPY2015CM0 _SantaClafila-Newhall -1- TETRA TECH
(Sierra Highway to Railroad Tracks)
7. INTRODUCTION
Tetra Tech, Inc, is a nationally recognized engineering and resource management
firm of more than 14,000 engineers, scientists, construction specialists, and
technical support personnel in over 330 offices worldwide. Listed on the NASDAQ
Exchange (TTEI), our annual revenues exceed $2.5 billion (2014). Thus, we are in
an excellent financial position and can provide necessary resources to rapidly
deploy and meet aggressive project schedules.
COMPANY PROFILE
Tetra Tech has served over 5,000 different clients since 1966, successfully solving design
and construction challenges through our innovative approaches to "real world" design and
construction activities. Our clients include a diverse base of municipalities, public, and
private sector transportation and transit agencies, as well as residential, commercial, and
industrial developers located in the U.S. and internationally. Tetra Tech's reputation as
a leader in consulting engineering is validated by Top 10 ratings annually by
Engineering News -Record.
Tetra Tech has extensive experience in preliminary analysis, preparation of plans,
specifications, and estimate (PS&E), project management, construction observation, and
construction management for various types of transportation related projects including,
but not limited to, roadway widening and new roadway facilities, highway and
interchanges, traffic analysis and design, sound walls, bridges, retaining walls, landscape
and irrigation, and storm drainage systems.
ORGANIZATION/AVAILABLE RESOURCES
As one of the largest engineering consulting firms in the United States, Tetra Tech has built a reputation in the
industry as a leader in developing effective solutions to constantly changing and challenging engineering
issues.
Consultant:
TETRA TECH, INC.
Legal Form of Company:
Corporation (publicly traded)
Year Established:
1966 Tetra Tech, Inc. (47 Years)
Personnel:
14,000 + associates company -wide
Branch Offices:
330 offices worldwide
Corporate Headquarters:
Tetra Tech, Inc.
3475 East Foothill Boulevard, Suite 300
Pasadena, CA 91107
Telephone: 626/351-4664
Project Office Location and Contact Persons:
Luanne Bean, Manager
Construction Management Group,
Water, Environment & Infrastructure
17885 Von Karman Avenue, Suite 500
Irvine, CA 92614-6213
Telephone: 949/809-5000
Fax: 949/809-5010
Email: luanne.bean@tetratech.com
MW.rlwinRT.,s.I:swrrtsWvzolstcM(M s.in.cl.rim-Nc lall - 1 - TETRA TECH
FINANCIAL STABILITY
As a publicly traded company, Tetra Tech's financial information is publicly disclosed on a quarterly basis in
accordance with the regulations of the U.S. Security and Exchange Commission. This information, as well as
our firm's Annual Reports containing independently audited financial statements, is readily available to the
City and the public on our website — www.tetratech.com.
Tetra Tech develops creative and cost-effective designs that address the site-specific concerns unique to each
project. We will guide your project from conception through construction completion with our suite of full-
service capabilities.
PROJECT UNDERSTANDING
For the last 10 years, the City of Santa Clarita has actively taken on projects to improve the City and
community directly. The City desires a highly skilled Construction Observer to assist the City Project Manager
with the construction of various projects throughout the community. The project requires the services of a
Construction Observer who is not only adept in construction methodology, codes and standards, but possesses
superior administrative skill and the unique ability to anticipate problems, recognize and address the needs of
the business community and represent the agency to the high standards the City expects of its employees and
consultants. The Objectives of the City are as follows:
A) To obtain the services of a well-qualified consultant, experienced in construction observations, familiar
with the work required, and capable of providing various Public Works related inspection services.
B) The City desires that the consulting Public Works Inspector shall work closely with, but independently of,
the Project Manager and possess the qualifications necessary to perform observations throughout the City
on various projects independently.
C) In addition, the consulting Public Works Inspector shall work closely with various City staff associated
with this project.
Tetra Tech is confident that we can fulfill all of the City's objectives with our proposed staff for this project.
n+.\M kwi.e\r.o,WswrnsTv2015�1a_s.�mci�-NSW -2- TETRA TECH
i5lerra Highway to Railroad Tra(ks)
2. QUALIFICATIONS OF FIRM AND ASSIGNED STAFF
Tetra Tech is proposing to assign Mr. Brad Therrien, P.E., PLS to this project. He is one of our most
experienced professionals who possess extensive personal knowledge of not only the City and its staff, but this
specific project and neighborhood as well. As a former member of the City's management team, Mr. Therrien
is very familiar with City policies and procedures having been directly involved in the development of many of
those policies. His previous participation as a consultant to the City on the highly successful first and second
phases of the Old Town Newhall Streetscape projects as well as the recent Roundabout and Railroad Avenue
projects, proves his skill not only in dealing with the construction aspects of the project, but also his ability to
manage the complex demands of the public and the business community in this location. His effectiveness in
performing the extremely important public outreach aspect of these projects is reflected in the many positive
expressions of appreciation by the public and the fact that every business complaint and concern was addressed
quickly on-site without involvement of City Management. His ability to deal with construction and contractor
issues is reflected in the appearance of the completed projects. His dedication to quality is reflected by several
"Project of the Year" awards recently given to the City.
Mr. Therrien's abilities are such that no other staff is proposed for inclusion in this proposal. Should additional
staff be needed for this project, Tetra Tech can and will provide whatever resources are required. We are a full
service engineering firm with numerous resources at your disposal. Mr. Therrien will review the plans from a
constructability point of view and observe all construction activities, prepare documentation of events on a
daily basis, and assist the Project Manager in the bidding review and award process, the review of contractor
invoices, change orders and submittal documents. Under direction of the Project Manager he will attend any
community outreach forums including business association meetings. Mr. Therrien's proven track record with
the City shows his strong desire to work closely with the Project Manager and provide any assistance that may
be needed to bring a successful project to fruition. Mr. Therrien looks forward to continuing his relationship
with the City and to this project and seeing to it through to completion. Mr. Therrien's full resume is included
for your review.
To demonstrate project experience, we have chosen to highlight specific projects in this section relative to your
project.
Newhall Roundabout Project, City of Santa Clarita
Santa Clarita, California
Tetra Tech performed construction phased services during the
construction of a "roundabout" at the intersection of Newhall Avenue
and Main Street completed January 2014. Tetra Tech provided
Construction Observation/Inspection services including RFI,
submittal, and shop drawing reviews as well as public outreach,
coordination with other public agencies, and business owners. The
project consisted of the removal of an existing skewed three legged
signalization intersection and replacing it with a free flowing traffic
circle and included significant beautification amenities. The
roundabout provides a safer route than the original traditional
intersection accommodating commuter and emergency vehicles,
pedestrians, and cyclists traveling in and out of Old Town Newhall.
Additionally, the roundabout provides an area for aesthetic features
and landscaping entering the Old Town Newhall area. The project
received two APWA "Project of the Year" awards.
Project Value
$1.6M (Construction Cost)
Reference
City of Santa Clarita
Public Works - CIP Division
Balvinder Sandhu, R.C.E.
Associate Engineer
Phone: (661) 255-4954
bsandhu@santaclarita.com
M nlnaukoPosva�wncsavzo�sicmooa saataclarim-Nmhau -3- TETRA TECH
Railroad Avenue Beautification Project, City of Santa Clarita
Santa Clarita, California
The City of Santa Clarita has made a significant investment in the
Newhall community and the beautification of the major thoroughfares
such as Railroad Avenue, which provide access to Downtown Newhall
and is a continuation of the City's investment in this area. The Railroad
Avenue Beautification project added a landscaped median from 550 feet
north of the Via Princessa overcrossing to 13th Street, from Oakridge
Drive to 550 feet north of the Via Princessa, and replaced striped
pavement medians with irrigated, landscaped medians consistent with
the City's Landscape Maintenance District standards. The new median
incorporated the City's water management technologies, standard
landscape design, and hardscape design. Tetra Tech performed
construction phased services including Construction Observation/
Inspection services, RFI, submittal, and shop drawing reviews as well as
public outreach, coordination with other public agencies, and business
owners during the construction of the project
Mutual Well #6, Golden State Water Company
Ojai, California
(Sierra Highway to Railroad Tracks)
Project Value
$1.7M (Construction Cost)
Reference
City of Santa Clarita
Trolis Niebla
Associate Engineer
Phone: (661) 255-4947
Email: tniebla@santa-darita.com
Tetra Tech provided Construction Observation services for this project
involving equipping of Well #6 beginning with the well base, sounding
tubes, vents, and other at -grade appurtenances. This was followed by the
construction of the well discharge piping, NaOCI chemical injection, and
valves. Key electrical items were demolished including the SCE service
meter panel, local control panel which was salvaged and turned over to
GSWC, and the transformer. Wiring was added such that the existing well
pump No. 4 and No. 5 communicate with the new well pump No. 6 and the
new 1201240v 15 KVA transformer. This included the soft starter for well
pump No. 5 rated for the motor at 480 V, 3P. The installation of a new flow
meter enabled GSWC detailed information about the production rates of
the new well. A Modbus TCP and RTU with a touch screen provided
telemetry about the new well sent over the NDS 9810 radio and the
SCADA/PLC.
Project Duration
48 working days
Reference
Golden State Water Company
Mr. Alejandro Flores
2143 Convention Center Way, Ste. 110
Ontario, CA 91764
P: (909) 937-0111 ext. 334
F: (909) 937-0222
alejandro.flores@gswater.com
M:vwteing\Propow:\wrasunoi5�oo4_s�ci�u-N�lI -4- TETRA TECH
Bid Schedule No. 1307: Railroad and Street Improvements
Burbank, California
Tetra Tech provided Construction Observation services for this project
involving road improvements, widening, and public works
infrastructure improvements for northbound traffic on Buena Vista
Street from Winona Avenue to the I-5 NB ramps. This ARRA project
furthers the City's goals of infrastructure/transportation and economic
development. As an example of how Tetra Tech recognized and
mitigated a potential problem with the proposed construction, when the
Contractor was preparing the sub -grade we observed that the cross fall
exceeded the 2% maximum limit specified. Tetra Tech worked with the
Contractor to check and verify percentages of the existing cross fall
further north of the tie-in point, and found the location the cross fall
could be adjusted to rectify the problem. Then, Tetra Tech contacted the
City to discuss the additional removal of concrete in order to fix the
problem area. As another example, during excavation the Operator of a
Subcontractor accidently hit an existing 10 -inch VCP line. Tetra Tech
immediately notified the City of the situation, and the City provided
sewer maps for the existing 10 -inch VCP sewer line. The City
dispatched the sewer crew and discussed possible options to fix the 10 -
inch VCP break before deciding on the best option. Tetra Tech's
recognition of the situation and immediate communication with the City
allowed for the situation to be handled efficiently and effectively
without costly property and environmental damage, power or utilities
services interruptions, or injuries. Tetra Tech's attention to detail
prevented possible claims, disputes, and related inconveniences to the
City, Contractor, and public
Bid Schedule No, 1300 — Buena Vista North Project
Burbank, California
Tetra Tech provided construction observation services for this project,
which included the removal of concrete curb, concrete gutter, and
concrete sidewalk; removal and reconstruction of pedestrian ramp with
cast -in-place truncated domes and PCC driveway apron; fumishment
and installation of surface applied truncated domes and water meter
box; construction of PCC curb, PCC gutter, PCC sidewalk, asphalt
concrete (AC) leveling course, and asphalt -rubber hot mix (ARHM)
pavement; cold milling of existing AC pavement; adjustment of
manhole and cover to finished grade, water valve and cover to finished
)rade, and gas valve and cover to finished grade; construction
surveying; environmental compliance (NPDES); traffic control; and
public relations. Additionally, this project involved traffic signal
conduit and loops locations; traffic detector loops installation; sanitary
sewer manhole frames and covers adjustments; landscape and
irrigation; and water meters and fire hydrants relocation. Project limit is
from Vanowen Street to San Fernando Boulevard, excluding the
intersection of Buena Vista Street and Empire Avenue.
{Sierra Highway to Railroad Tra(ks)
Project Value
$825,000
(Construction Cost)
Project Duration
90 working days
Reference
City of Burbank
Mr. Michael Salvani
msalvani@ci.burbank.ca.us
(818) 238-3915
Project Value
$2.74M (Construction Cost)
Reference
City of Burbank
Mr. Ken Johnson, P.E.
kjohnson@ci.burbank.ca.us
(818)238-3954
MWarkdinytPropWskWrRS\FV2015\CM0o4_SamaClanta-NmMi -5- TETRA TECH
wrv�lsuc:trury ttn�tnvtmrrury �trevtt.e� run
Newhall Avenue Beautification
(Sierra Highway to Railroad Tracks)
Santa Monica Boulevard Street Resurfacing — Phase I and II
Santa Monica, California
Tetra Tech provided Construction Observation services for this Stimulus
Funded ARRA project which consisted of pavement resurfacing, sidewalk
repairs, concrete gutter installation, signal installation, and other similar
improvements to Santa Monica Boulevard between Cloverfield Boulevard
and Centinela Avenue. Construction management and observation services
included, in part, written daily field reports of all construction activities and
materials deliveries, response to RFIs/RFCs, review of contract change
orders, attendance at project meetings through the duration of each contract,
and public relations. Additional responsibilities included verifying that the
Contractor and its Subs' Certified Payroll Reports were accurate and
complete and conducting on-site interviews with employees to check for
general compliance and to compare to Certified Payroll Reports and Labor Reference
Compliance. As an example of Tetra Tech's attention to detail during Cry of Buena Park
construction, when the Fust load of concrete arrived on site, Tetra Tech Mr. Habil Henein, P.E.
nhenein@buenapark.com
noticed that it was not the correct mix design since it did not match the (714)562-3500
engineer's approved mix design. Consequently, Tetra Tech informed the
Foreman of this finding, and instructed him to cancel this concrete. As a result, the Foreman arranged to have
approved concrete delivered. In addition, when Tetra Tech noticed that the curb ramp at the southwest corner of
Santa Monica Boulevard and Berkeley was not poured per the specification, the Contractor was advised to have it
removed and poured correctly. Tetra Tech notified the City of both occurrences immediately keeping the City
informed. On another occurrence, when some unmarked, exposed conduits were discovered by the Contractor
during excavation, Tetra Tech informed and requested that the City arrive on site to examine these unknown
utilities before the Contractor proceeded with a gutter pour. Upon arrival, the City confirmed that the exposed
conduits in the gutter plate area were no longer in use and were to be abandoned, which the Contractor then did
prior to the longitudinal gutter pour. It can be seen from the above examples that Tetra Tech's attention to detail
throughout the construction progress saved the City time and money repeatedly.
Street Rehabilitation Project (2008)
Buena Park, California
Tetra Tech provided engineering and construction management and
observation services for the City of Buena Park. Project involved
rubberized emulsion aggregate slurry seal placement of approximately
1,812,000 square feet along various city roadways and re -stripping in
accordance with Standard Specifications. Tetra Tech also provided
complete bid and construction support services, including conducting the
pre-bid meeting and bid opening; reviewing shop drawings; responding to
Contractor's request for information (RFI); reviewing and processing
monthly progress payment requests; reviewing requests for material
substitution; performing daily observations; preparing daily observation
reports; and coordinating construction staking and compaction testing
activities.
Project Value
$2.65M (Construction Cost)
Reference
City of Santa Monica
Ms. Jessica Arden
Jessica.arden@smgov.net
(310)458-8721
nt:Wuke r,Tr�wh\WTRS0Y2or5\CMaon samaCrv;u-N�Wl -6- TETRA TECH
l.vftiJf RUl. i:SilIY: 4o3CnvH"UlY"SCRYn-E. r'n
-
Newhall Avenue Beautification
(Sierra Highway to Railroad Tracks)
Widening of Fred Waring Drive Bridge Over Palm Valley Channel
Palm Desert, California
This project included widening of the 1965 Fred Waring Drive bridge
to include a third eastbound lane and wider westbound lanes from
Town Center Way to Highway 111 over the Palm Valley stormwater
channel; retaining/sound wall construction; and traffic signal
modifications. The bridge was widened and new retaining and sound
walls were placed to better serve the neighborhood. Tetra Tech provide
full service design including surveying; right-of-way engineering
services; coordination with local utilities for implementation of utilities
into the improved bridge; acoustical analysis; research and obtaining
permits; and preparation of the final plans and specifications complete
with the engineers cost estimate. Moving into construction, Tetra Tech
provided full service construction management and inspection services
during the bridge and roadway improvement construction phase of the
project.
The Tetra Tech Project Construction Manager oversaw the
Contractor's operations during construction. Weekly progress meetings
were held to discuss schedule, submittals, testing, and survey. The
Tetra Tech Construction Inspector/Observer monitored structural
construction methods and materials for compliance with the contract
documents. Labor, equipment, and materials were documented daily to
comply with federal funding requirements. Progress payments and
change order requests were reviewed and recommendations were
provided to the project manager. The Project Construction Manager
conducted public outreach and addressed concerns from the residents
and businesses regarding the construction activities. At project close-
out the punch list was generated and associated items reviewed for
completion. The as -built plans were updated from the Contractor's on-
site redlined version. The construction completion provided the public
with an improved transportation corridor that met the objectives of the
project.
Project Value
$2,500,000 (Construction Cost in 2002)
Project Duration
2002-2007
Reference
City of Palm Desert
73-510 Fred Waring Dr.
Palm Desert, CA 92260
Mr. Bo Chen
760-346-0611
M'Warketiag\Prop Ws\WfRSTY301 S\Cla o SmaClarita-Newhall - 7 - TETRA TECH
1-5/1-lasley Canyon Road Interchange
Castaic, California
Tetra Tech was contracted by Newhall Land and Farming
Company, in cooperation with Caltrans District 7 and the County
of Los Angeles, improvements to the Interchange of Interstate 5
with Hasley Canyon Road, north of Santa Clarita. These
improvements increased capacity, improved operation, enhanced
safety, and accommodated planned growth within the study area.
The Tetra Tech team guided the project from the preliminary
engineering phase and value engineering, through the detailed
design phase including EIRs, traffic control, utility relocations,
roadway design, storm water design, construction staging, and
wrapped up with the coordination with the contractor and ensured
local agencies stayed informed during the construction phase to
complete a successful project. Tetra Tech completed the
preparation of plans, specifications, and estimates for the
reconfiguration of the interchange to provide southbound hook
ramps to The Old Road at Sedona Way, and to provide modern
roundabouts at the northbound ramps at Hasley Canyon Road and
at the Hasley Canyon Road/The Old Road intersections. Tetra
Tech also was the construction management liaison for Newhall
Land and Farming Company and provided technical expertise in
coordination with Caltrans District 7 and Los Angeles City Project
Manager Public Works Department.
This project provided new southbound hook ramps, northbound
on- and off -ramps, and two modem roundabout intersections.
Additionally, the Hasley Canyon Road Overcrossing was replaced
and the Castaic Creek Bridges were widened and seismically
retrofitted. Tetra Tech was responsible for construction phase
services including technical support to LACDPW and coordination
with Caltrans oversight engineers. Tetra Tech continued to provide
construction support services to the client through project
completion. Tetra Tech's primary responsibilities included overall
project management, construction management, bridge and
roadway design, coordination with Caltrans District 7, and
community outreach during design and construction. The project
received FHWA's Certificate of Award for the Most Outstanding
Value Engineering Study of 2003
SSierra Highway to Railroad Tracks)
Project Value
$35,000,000 (Construction Cost)
Project Duration
2003-2006 (Design)
2003-2011 (Construction)
Reference
Newhall Land and Fanning Company
23823 Valencia Blvd.
Valencia, CA 91355
Ms. Barbara Fortman
661-255-4045
m:vaa�eanswroWsais�w RS :r2mscmwa sanraciadta-Newhau - 8 - TETRA TECH
3. WORK STATEMENT
Mr. Therrien has served in many capacities related to construction. He has designed projects of various types,
served as construction surveyor, inspector, project manager, construction manager and resident engineer in
both the private and public sectors. In addition to his construction experience, Brad has an extensive
background managing large engineering departments which included leading a 70 personnel department with
27 inspectors, 20 engineers and various office and administrative staff.
The majority of his projects have involved public sector funding sources and all the regulations associated with
public bidding laws and wage regulations. He has managed the prevailing wage process, conducting interviews
and maintaining personnel and financial records needed for audit clearances. Brad's record keeping methods
and project report skills have earned him many compliments.
Brad is highly experienced with various construction management computer programs including Prima Vera
and MS Projects. He utilizes MS Projects as a daily working tool by establishing a realistic schedule with the
contractor and constantly reviewing progress and taking appropriate measures to address negative deviations in
schedules. His knowledge of construction techniques allows him to recognize where adjustments can be made.
He uses MS Excel extensively and is also adept at monitoring the financial aspects of the projects and
routinely brings projects in on-time and under budget as was the case with both phase one and phase two of the
Old Town Newhall Streetscape projects.
For this project Brad will rely heavily on his inspection and construction methodology experience and his
public relations expertise. His first-hand knowledge of the area, his interpersonal skills and his familiarity with
the community will be extremely beneficial in this regard. As was the case with the Expansion of the City
Sports Complex, Brad's local knowledge will result in a constructability review that will assist the Project
Manager in developing a progressive project strategy.
Brad's resume is attached which contains more detail information relating to his work experience.
MWardingTroposalARSTY2015WM SantaClama Nmhall -9- TETRA TECH
4. COST PROPOSAL
(Sierra Highway to Railroad Tracks)
Tetra Tech will assign Mr. Brad Therrien, P.E., PLS to this project. Our rates utilizing Mr. Therrien for this
project are as follows:
Construction Observer Services $100/Hour 900 Hours $90,000
Nat -To -Exceed Price Total $90,000
*Our rates are inclusive of mileage, computer, and cell phone charges. Our quote will remain in effect for ninety
(90) days. Below is Tetra Tech's hourly rate schedule, which is a part of Tetra Tech's Proposal:
HOURLY CHARGE RATE AND
EXPENSE REIMBURSEMENT SCHEDULE
Professional
Engineering lntem/Technician/Assistant ... $ 65.00
Project Administrator .................................$
107.00
Designer/CAD Operator/Engineer I ..........$
117.00
Engineer II and III/Senior Designer ..........$
127.00
Biologist.....................................................$
127.00
Planner.......................................................$
127.00
Senior Engineer/Landscape Architect ........
$ 140.00
Project Engineer/Project Coordinator ........
$ 165.00
Senior Planner ............................................$
180.00
Senior Scientist ..........................................$
180.00
Senior Project Engineer .............................$
180.00
Project Manager/Sr. Project Coordinator
... $200.00
Senior Project Manager .............................$
260.00
Program Director/Project Director .............$
275.00
Administrative
Administrative Clerk ................................. $ 59.00
Word Processor/Admin. Support ............... $ 87.00
Graphic Designer ....................................... $ 117.00
Survev/MSDnin
Survey Technician I ................................... $ 109.00
Survey Technician II/Field Supervisor...... $ 125.00
Senior Surveyor ......................................... $ 141.00
Project Surveyor ........................................ $ 163.00
Two -Person Survey Party .......................... $ 230.00
Two -Person Survey Party with GPS.......... $ 275.00
Three -Person Survey Patty ........................ $ 320.00
Survey Travel Time (Two -person) ............ $ 109.00
Survey Travel Time (Three-person) .......... $ 153.00
Construction Management
Construction Observer I .............................
$ 100.00"
Construction Observer II ...........................
$ 112.00
Senior Construction Observer ....................
$ 135.00
Resident Engineer ......................................
$ 145.00
Construction Manager ...............................
$ 180.00
All charges for printing, mileage, telephone, mailing, subcontracted services and other expenses incidental to
the performance of the main items of the Observation Services are included within our hourly rate schedule.
Subconsultants will be billed at their cost plus a 10% markup.
*Standard rate is for a regular any 8 hour day, 40 hour week work period including nighttime or shift work.
Overtime rates apply from 8 to 12 hours at $140/hour, and from 12 to 16 hours at $180/hour.
M:vwkdiraTmWmisoVTRSrvzolsCMwa Samaclamra-Newhall -to- TETRA TECH
CONSTRt
5. LABOR COMPLIANCE
(Sierra Highway to Railroad Tracks)
Monitoring of the Contractor's Certified Payroll and UDBE/DBE Compliance: Beginning August 1, 2010
Contractors working on public works construction projects in California found that they were subject to the
regulations of the Public Works Compliance Monitoring Unit (CMU) which is part of the California
Department of Industrial Relations in accordance with State Senate Bill X2-9, that was signed into law in
February 2009. This is of utmost importance to the City since Federal and State funding requirements involve
labor compliance. Tetra Tech will conduct the required monitoring and enforcement of the labor compliance as
defined in the Construction Contract Documents to ensure Contractor Compliance and ensure funding is not
jeopardized because of non-compliance by the Contractor.
6. STATEMENT OF OFFER AND SIGNATURE
Through the signature of our authorized representative on the cover letter of this proposal Tetra Tech certifies
that to the best of our knowledge and belief, the information included in this proposal is true and correct. This
proposal shall remain valid for a period of no more than 90 days from the date of the submittal. Tetra Tech will
complete the proposed scope of work as outlined in Section 3, "Work Statement" for the not -to -exceed amount
outlined in our Fee Proposal.
Tetra Tech has reviewed the sample contract and would be willing to execute the City's Agreement without
change, upon receipt of a notice to proceed.
M U ,ketl.gWroposals RSTY2015tCM000_SamaClarita-Newhall - (] - 'TETRA TECH
NTETRATECH
EXHIBIT A
Subject: Newhall Avenue Beautification (Sierra Highway to Railroad Tracks)
City Bid No. ENG -14-15-62015, City Project 82015
Construction Phase Services Construction Inspector Services
TASK 1: CONSTRUCTION OBSERVER SERVICES
Subtask 1.1 Attend Preconstruction Meeting
Tetra Tech's representative shall attend the pre-bid meeting, record meeting discussion
and provide technical assistance to the City.
Output Issue meeting minutes to the City.
Subtask 1.2 Attend Weekly Project Construction Meetings
Tetra Tech's representative shall attend weekly project meetings during construction,
record meeting discussion and provide technical assistance to the City.
Output Prepare meeting minutes.
Subtask 1.3 Review and Respond to Contractor RFIs and Change Order Requests
Tetra Tech's representative shall assist the project manager with the review of and
response to contractor RFIs and Change Order requests, review any plan design revision,
if necessary. Track changes on a plan set. Provide assistance to the City Project
Manager with change order requests including cost analysis.
Output 1) Provide RFIs response recommendation.
2) Review plan revisions, if necessary.
3) Track plan changes.
Subtask 1.4 Review and Respond to Contractor Submittals
Tetra Tech's representative shall assist the Project Manager with submittal and shop
drawing review for conformance to the project plans and specifications. Maintain a
submittal log and update and provide update to City as necessary.
Output 1) Respond to submittals and shop drawings.
2) Maintain submittal log updates
Subtask 1.5 Perform Final Job Walk
Tetra Tech's representative shall preform a final job walk with the design team, the City
project manager and contractor. Document issues and develop punch list items.
Output Prepare resulting "punch list."
M:\Marketing\Proposals\ W TRS\FY2015\CM004_SmtaClarita-Newhall
Page 1 of 2
NTETRATECH
Subtask 1.6 Review Record Drawings
Tetra Tech's representative shall a perform review of project record drawings. Compare
contractor's red line set with the change order plan set.
Output Review as -built drawings.
Subtask 1.7 Daily Observer Services
Tetra Tech's representative shall provide daily construction observation services for the
project and review all work for compliance with the project plans, specification and
associated standards and shall work closely with City staff to address concerns.
Output 1) A daily field report will be issued with results of observations and relative
compaction test results (tests performed by others) and other field information
encountered each day. This daily report shall be in a format acceptable to the City
and include but not be limited to the following data: weather, working hours,
summary of the work completed in accordance with project schedule, safety
concerns, workmanship issues, manpower and equipment utilized, and measured
quantities for bid schedule items.
2) Obtain all necessary information (i.e. certificate of compliance, chain of custody,
etc.) from the prime contractor and all subcontractors to ensure all materials are in
conformance with the project's specifications and plans and match all approved
submittals.
3) Provide daily project photograph documentation as necessary
TASK 2: BUSINESS AND COMMUNITY LIAISON SERVICES
Subtask 2.1 Public Liaison
Tetra Tech's representative shall serve as the primary point of contact in the field for the
business community, the general public and other agencies and shall provide outreach to
keep the stake holders informed of issues and receive and address any expressed concern.
Tetra Tech shall also maintain a log of contacts with individuals and shall work with City
representatives to address any issues beyond the representative's scope of authority
allowed by the City.
Output 1) Meet with members of the business community and public as needed to discuss
issues and concerns.
2) Maintain a log of contacts, concerns and resolutions applied to issues for review by
City Staff.
M:\Muketing\Proposals\WTRS\FY2015\CM004_SantaClarita-Newhall Page 2 of 2
® TETRATECH T. Brad Therrien, P.E., PLS
Resident Engineer
Mr. Therrien is an experienced Construction Manager with a professional
background including Construction Management, Engineering, Surveying and
Inspection. His project experience includes bridges; highway and local roads;
water resource and sewage facilities. Mr. Therrien has served as a Construction
Manager/Resident Engineer on Caltrans type projects and has acted as agency
liaison to Caltrans, U.S. Army Corps of Engineers, and Los Angeles County
working on freeway and river projects in five California communities. He is
familiar with Caltrans specifications, methods and procedures as well as local
agency standards. His background includes extensive public sector experience
serving as City Engineer and Public Works Director in several Southern
California communities.
Newhall Roundabout Project, City of Santa Clarits, CA — Mr. Therrien
served as Construction Observer and Business Liaison for the construction of a
"roundabout" at the intersection of Newhall Avenue and Main Street. The
project consisted of the removal of an existing skewed three legged signalization
intersection and replacing it with a free flowing traffic circle and included
significant beatification amenities. In addition to the demands of construction,
his responsibilities included public outreach and daily liaison with public
agencies, business owners and the public. The project received two APWA
"Project of the Year" awards.
Railroad Avenue Beautification Project, City of Santa Clarita, CA — Mr.
Therrien served as Construction Observer and Business Liaison for the
construction of a landscape medium improvement project. The project consisted
of the installation of landscaped medians and modifications to traffic signals and
pedestrian facilities in a heavily commercialized corridor of the City. In addition
to the demands of construction, his responsibilities included public outreach and
daily liaison with public agencies, business owners and the public.
Old Town Newhall Streetscape, Santa Clarita, CA — Mr. Therrien served as
Construction Manager on phases I and 2 of a 3 phase revitalization project in
downtown Newhall. The project consisted of the complete removal and
reconstruction of public facilities in an older business community. Work
included brick paver sidewalks, extensive landscaping, colored concrete curb
and gutter, new pavement with enhanced traffic features, new storm drains
systems and traffic signals, nostalgic street lighting and public amenities. His
responsibilities included public outreach, contract administration, inspection,
grade checking, quantity control, negotiating change orders, coordination with
numerous agencies, and records management.
Monte Verde Development, Santa Clarits, CA — Project/Construction
Manager on a large scale hillside development project with over 12 million
cubic yards of grading and major infrastructure including water, sewer,
roadways, 96 -inch RCP drainage, six detention basins, lighting, erosion control,
and landscaping. Project included construction of two I MG steel tank reservoirs
fed by 16 -inch transmission lines and one pumping station with SCADA
systems, pumping redundancy and emergency power backup.
Bouquet Boulevard Bridge at Santa Clara River, City of Santa Clarita, CA
— This bridge reconstruction project was administered per Caltrans standards,
methods, and procedures in accordance with the Caltrans Local Assistance
Procedures Manual. Project consisted of replacing a portion of the existing
Education:
University of Rhode Island
RE Academy
Emergency Response,
Assessment & Recovery
HAZWOPPER
CA State Registered Disaster
Responder
RE Academy
Reg istrations/Certifications:
Professional Civil Engineer
California No. 37301
Professional Land Surveyor
California No. — 5519
Areas of Expertise:
Construction management and
inspection
Caltrans, Local Agency
Bridges
Roadways
Water and sewer
Public agency coordination
Office:
Irvine, California
Years of Experience:
20
Page 1
® TETRATECH T. Brad Therrien, P.E., PLS
Resident Engineer
bridge including the reinforced concrete bridge abutment, abutment wingwalls, bridge deck, and the existing
roadway approaches and a bicycle path. Required construction of a rip -rap and earth water diverter to facilitate
construction. Mr. Therrien's responsibilities included coordination with various agencies, grade checking,
negotiating change orders, pay requests, contract administration, inspection, and assuring federal reimbursement.
Duck Farm, Azusa, CA — Mr. Therrien is currently drafting the front-end documents and preparing the bid
documents for this multi-million dollar park project for the Watershed Conservation Authority. Additionally, Mr.
Therrien is assisting the WCA by overseeing the design engineer in the preparation of the final technical
specifications and engineering drawings. Along with this is ensuring that the final permits from the various agencies
including the County of Los Angeles, the US Army Corps of Engineers, Los Angeles Flood Control District and
others are secured.
Bear Valley Springs CSD, Tehachapi, CA — While serving as Public Works Director/District Engineer Brad
supervised all aspects of a full service public works operation including a 19 well and reservoir public water system.
During drought conditions, he negotiated access to the California Aqueduct system along with temporary easements,
pumping and piping systems to transport water approximately three miles over a mountain into the valley.
State Highway 246, Buellton, CA — Mr. Therrien recently completed a streetscape improvement project within the
Caltrans right-of-way on Highway 246 as Resident Engineer in the City of Buellton. The project included
reconstruction of sidewalks and pavement, installation of median improvements, signal modifications, landscaping and
enhanced lighting features, and public outreach.
Douglas Road Bridge at the San Louis Rey River, San Diego, CA — Mr. Therrien was the Construction Manager
on this emergency bridge repair project. The project included replacement of abutment piles and pile extension piers
for this multi -span slab bridge that was damaged by storms. Construction also included reconstruction of portions of
bridge deck, abutments, armored abutment protection, and rock slope protection. Mr. Therrien's responsibilities
included contract administration, inspection, grade checking, quantity control, negotiating change orders, and
coordination. The project was constructed per Caltrans specifications and the Caltrans Construction Manual per
FEMA requirements.
College Avenue Toll Bridge at the San Luis Rey River, San Diego, CA — Construction Manager on this bridge
repair project which was constructed in accordance with Caltrans specification, methods, and procedures. Project
included replacement of concrete piling, reconstruction of reinforced concrete abutments, construction of a 60 -foot
by 80 -foot concrete debris pier wall, 440 feet of type "W" sheet piling with type "H" soldier pile shoring/retaining
wall, 24 -inch -restrained joint steel sewer pipe attached to the sheet piling and installed 440 -foot by 120 -foot rip -rap
armor invert stabilizer. Additional items included falsework, shoring, installing a temporary sewer pumping facility
to replace destroyed 24 -inch gravity pipe in river bed. Brad was responsible for all documentation, administration,
pay requests, field engineering, and inspection of the project in accordance with Caltrans and FEMA disaster
requirements.
Highway 78/San Marcos Boulevard, San Marcos, CA — Mr. Therrien acted as the City liaison and
Project/Construction Manager for this roadway improvement project which included improvements to the on/off
ramps, widening of the existing roadway, drainage improvements, and installation of new signals. He was
responsible for coordination with Caltrans during the design and construction phase, processing plans and
specifications, permitting, negotiating change orders. The project was constructed in accordance with Caltrans
specifications and guidelines.
I-5 and Highway 78 Interchange, Oceanside, CA — Mr. Therrien acted as the City Project and Construction
Manager for this drainage, irrigation, and landscaping project within Caltrans ROW. He was responsible for
coordination with Caltrans during the design phase processing plans, specifications, and permitting requirements per
Caltrans standards. As CM in the construction phase he was responsible for negotiating change orders, coordination
meetings, construction administration, and assuring project constructed in accordance with Caltrans guidelines.
Page 2