Loading...
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