HomeMy WebLinkAbout2014-02-11 - AGENDA REPORTS - SOLEDAD CYN MEDIAN #B3011 (2)Agenda Item: 5
CITY OF SANTA CLARITA
AGENDA REPORT
CONSENT CALENDAR City Manager Approval:
Item to be presented by: Curtis Nay
DATE: February 11, 2014
SUBJECT: SOLEDAD CANYON ROAD MEDIAN REFURBISHMENT,
PROJECT B3011 - AWARD DESIGN CONTRACT
DEPARTMENT: Public Works
RECOMMENDED ACTION
City Council:
1. Award the design contract to Pacific Coast Land Design for the Soledad Canyon Road
Median Refurbishment, Project B3011, in the amount of $117,663 and authorize a
contingency in the amount of $17,650 for a total contract amount not to exceed $135,313.
Authorize the City Manager or designee to execute all documents, subject to City Attorney
approval.
BACKGROUND
The proposed Soledad Canyon Road Median Refurbishment project will enhance the aesthetic of
Santa Clarita's major east -west arterial corridor. Located on Soledad Canyon Road from Bouquet
Canyon Junction to Commuter Way and from Valley Center Drive to Luther Drive, this median
refurbishment project will improve water management practices, beautify three miles of median
landscape, and make preparations to use recycled water when it becomes available in
approximately three to five years. The major median landscape refurbishment project is also part
of the City of Santa Clarita's (City) adopted Capital Improvement Program.
When complete, all existing raised medians along the Soledad Canyon Road corridor from
Bouquet Canyon Road to Shadow Pines Boulevard will be consistent with the City's median
landscape and irrigation design guidelines dated May 2012.
In addition, the proposed improvements will replace the irrigation system with a new, more
efficient irrigation delivery system. These improvements will unify the median landscape and
hardscape appearance on major thoroughfares citywide, reduce water use, and improve plant
health and survival. The newly refurbished medians will retain the existing oak trees that are in
good condition and other tree types will be evaluated and replaced if deemed necessary.
This project exemplifies the City's commitment to maintaining the high quality of life enjoyed by
Santa Clarita residents. 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
water management's cutting edge. This project is one facet of an overall program to improve our
water management infrastructure while keeping the City's public areas well -landscaped.
A Request for Proposal (RFP) was sent to four qualified landscape architecture firms who have
previously worked with the City. The RFP asked firms to identify their relevant experience in
similar projects and demonstrate their design approaches to the project.
On December 11, 2013, the four firms submitted proposals. City staff reviewed the proposals and
based on their evaluations, scored the firms based on a scale of 100 possible points.
Rank
Company
Score
Location
Design Cost
1.
Pacific Coast Land Design, Inc.
95
Ventura, CA
$135,313
2.
Valleycrest Design Group
84
Santa Ana, CA
$238,587
3.
L. Newman Design Group, Inc.
76
Westlake Village, CA
$ 82,900
4.
JMD Landscape Architecture
67
Glendale, CA
$130,690
The scoring system heavily emphasized the understanding of the following: required scope of
work; key development items; potential issues and resolutions; solutions to drainage issues;
understanding of the City's median landscape design guidelines; experience with previous
median landscape designs; qualifications of the project team and their resources; and
organization of the proposal.
The top two firms, Pacific Coast Land Design (PCLD) and Valley Crest Design Group,
demonstrated in their proposals an in-depth understanding of the project needs and illustrated a
detailed scope of work. PCLD analyzed existing irrigation lines and connection points that can be
utilized on this project and was the only firm to realize the importance of this assessment,
illustrating their understanding of the design needs for the project.
PCLD was previously hired by the City to design the first phase of the Soledad Canyon Road
Median Refurbishment between Luther Drive to Shadow Pines Boulevard. The design accurately
anticipated all work items, and the project was successfully completed in 2012. Subsequently
PCLD was hired by the developer to complete the improvements on Soledad Canyon Road
between Commuter Way and Valley Center.
Based on their design experiences on previous City median projects and the completeness of
their proposal for this project, staff recommends PCLD for this design project.
21
California Government Code 4526 prescribes selection of architectural and engineering services
to be based on demonstrated competence and professional qualifications necessary for the
satisfactory performance of the services required and does not authorize the selection of
professional architect and engineering services based on cost. The City was able to reach an
agreement with PCLD at a fair and reasonable price.
ALTERNATIVE ACTIONS
Other action as determined by the City Council.
FISCAL IMPACT
Adequate funds from Landscape Maintenance District (LMD) Fund 357 (Zone 2008-1) were
previously appropriated into the project expenditure account, B3011357-5161-001.
ATTACHMENTS
Location Map
Exhibit A - Scope of Services available in the City Clerk's Reading File
Exhibit B - Cost Proposal available in the City Clerk's Reading File
Contract for Pacific Coast Land Design available in the City Clerk's Reading File
3
Rxoeus
xaRRYI
RORert
SANTA CLAWA
v
Soledad Canyon Road Median Refurbishment
Project No. B3011
_
From Bouquet Canyon Road to Luther Dnve
V45 U�
``
�.i-•�__ '�
'
iO 0
`
L4 R.I.
N
.4
M
00
j
I I
1+'
4�0�0L
000UEZ
i r t_ _J
lvv
�a
`-'---
IIIMIIrNIII
RR;'muu. RANONay.D
R
'
�:•
��'A
Xx I
N R�1 Xx
LL
�mRrA
PO
P
P+
i
L...
�°R
o -
N.
CANYON, Ret
CA
YONSAV N E
QOO
C MA
�
NYON ROAD
I
t
P
_
k
(:'Y
'k
--
— ARRRLEs
NaRixu
Legend
I•_— —.
Project Location
Lk
,
7040
Santa Clara River
n
�--_-_I City Limits
Nsw+MM�R'reN�M.aR
OaPROJECT I40123a1Mnd163011 sakidadwn.nud
EXHIBIT 'A'
SCOPE OF SERVICES
WORK STATEMENT OANUARY 17 20141
TASK 1 PRELIMINARY INVESTIGATION
SUB -TASK 1.1 SITE INVESTIGATION
After reviewing City provided mapping and background data, Pacific
Coast Land Design and Penfield & Smith will walk the site with the City Pro-
ject Manager. PCLD will note existing conditions at this time. Existing Oaks
will be visually inspected for general health and form; those in decline will
be tagged for review by the City Urban Forestry staff to determine suitabil-
ity for removal. Existing irrigation facilities will be catalogued to assist with
the production of a comprehensive Existing Irrigation Facilities Plan to be
developed following completion of the field survey and digital base map
by Penfield & Smith.
PCLD will also identify damaged median & curb concrete with the City
Project Manager. Pictures will be taken and filed. We will identify the items
to be catalogued through field surveying (e.g. utilities, existing irrigation
facilities, traffic signs, Oaks, as well as any other conditions that may re-
quire team coordination and/or other agencies.
OUTPUT 1. Map of existing conditions for development of design base map.
2. Determine limits of field survey and features to be catalogued.
SUB -TASK 1.2 EXISTING UTILITY RESEARCH AND MAPPING
Along with the initial site investigation and the supplemental survey, Pen-
field & Smith will contact dry and wet utility companies and agencies to
obtain record drawing information to document existing utilities within the
work area. Record utility maps will be compiled onto an existing utility
base map used for design. Dig Alert twill be contacted to obtain a list of
providers and utility owners for the project area. A letter and map will be
sent to each entity on the list with a request for maps or a clearance state-
ment. Penfield & Smith will compute alignments of subsurface utilities from
record maps and atlases received in response to requests. Subsurface
alignments will be oriented and adjusted to the digital base map using the
surveyed locations of surface features where possible.
OUTPUT 1. Existing Utility Base Map.
SUB -TASK 1.3 FIELD SURVEY
Penfield & Smith will perform a field survey within the limits of the existing
medians. The field survey will locate surface utilities such as manholes,
valves, paint marks, poles, meters, and other visible utility features. The en-
gineer will download and compute field survey data. Surveyed features
will be added to digital base map on identifiable layers.
Soledod Canyon Road Median Refurbishment, City Project B3011 City of Santa Clarito
Page
1of7
WORK STATEMENT
OUTPUT AutoCAD drawing file of the surveyed features. Surveyor's notes, vicinity
map, legend, and a control point listing with descriptions
and coordinates will be added to the project design cover sheet.
SUB -TASK 1.4 DIGITAL PROJECT BASE MAP
Following completion of the Site Investiaation, Field Survey and JW&
Research & Mapping PCLD & Penfield & Smith will produce a digital
project base map from a combination of sources including the City
provided median plans, Georeferenced City GIS aerial, acquired utility
information and the gathered field survey data.
OUTPUT 1. Digital project base map in AutoCAD format at 1" = 20' resulting in (10)
24" x 36" 'D' size sheets to be used for design purposes.
SUB -TASK 1.5 EXISTING IRRIGATION FACILITIES PLAN
With base map in hand, PCLD will inventory the existing irrigation facilities
to assess the viability of reusing existing POC equipment, sleeves, mainline
and controller wire. PCLD anticipates visiting the site with the LIVID
maintenance contractor to observe the operation of the existing Point of
Connection (P.O.C.) equipment including water meter, backflow with
associated valves and the automatic controllers. The equipment will be
reviewed to determine if it meets the specifications of the current LMD
standards. Areas currently being irrigated will be noted (some P.O.C.s'
appear to be irrigating both parkway and medians) to determine if the
P.O.C. equipment and in-place pipe, wire and sleeving can
accommodate the increase in the number of stations that will be required
in the expanded planting areas. Irrigation equipment to be removed or
abandoned will be noted. Based on the analysis of the existing systems,
recommendations will be made for new sleeve locations or modification
to the existing points of connection should it be required. This exhibit will
be provided as part of the construction plan set in Task 4 Dpsian and serve
as the basis for the development of the irrigation plans for construction.
OUTPUT 1. Exiting Irrigation Facilities Plan Exhibit -
(2) 30x42 plan sheets at 1" = 40'.
SUB -TASK 1.6 STAMPED CONCRETE AND SOIL CORING (WITHIN MEDIANS)
Earth Systems Southern California (ESSC), along with subcontracted
laborers and concrete coring professionals will perform exploration within
the medians at 20 locations determined by the City PM and PCLD during
the initial Site Investigation. Prior to starting exploration, test locations will
be marked, and Underground Service Alert will be notified with at least 48
hours notice before excavation will start. In addition, traffic control will be
coordinated with the Surveyor.
Soledad Canyon Road Median Refurbishment, City Project B3011 City of Santa Clarita
Page
2of7
WORK STATEMENT
The team anticipates that one 3.5 -inch diameter hand auger boring will be
advanced within 16 of the existing planter areas without the need to core
through concrete. In the other 4 locations, it is assumed the City crews
can sawcut & remove an 8" square piece of concrete to allow for a 3.5 -
inch diameter core through existing base below removed concrete. All
borings will be advanced to depths of approximately 6 feet, and logged
by a project geologist. Core samples of the soils that are encountered will
be obtained from each boring at depths of 36, and 72 inches below exist-
ing grade. The depth of the existing stamped concrete and base will be
noted to define removal and soil import quantities. Borings will be back-
filled with cuttings generated during the excavation process.
Samples will be returned to ESSC's laboratory for testing. Testing will in-
clude approximately 40 (i.e. 2 per boring) measurements of in-situ density
and moisture content (to help determine whether soils are native or previ-
ously compacted fill materials), and approximately 20 (i.e. one per boring)
short hydrometer tests (to determine clay contents for correlation with per-
meability characteristics). Thirteen additional samples will be sent to a sub-
contracted specialty laboratory (Fruit Growers Laboratories) to provide nu-
trient analysis agronomic testing.
The scope of the median coring is based on the City requested data to be
gathered on the soil subgrade. It is anticipated that this scope item will be
reviewed with the City PM at the Project Kick-off meeting and assessed
during the initial site visit to determine if the number of testing locations
can be reduced.
OUTPUT 1. Geotechnical Report containing test results for all core samples with
permeability interpretations, and recommendations to facilitate ade-
quate permeability within the planted section.
2. Agronomic soils report with recommended actions to amend the soils
for planting and irrigation.
SUB -TASK 1.7 PAVEMENT CORING AND EVALUATION (OPTIONAL)
Should additional sleeves be required, based on the findings of the Existing
Irriaation Street Cnossina Pion, PCLD will coordinate with Pavement Engi-
neering, Inc. (PEI) to perform pavement coring and pavement evaluations
with section and base inventory. The coring information will be provided in
the locations where the proposed new sleeves would impact the roadway
section. Products will be defined at the direction of the City PM should the
services be required.
TA K 2 PREPARATION OF CONCEPTUAL LANDSCAPE PLAN
This task removed from the project scope per City Summary Field Meeting
Notes from 11-13-2013.
Soledad Canyon Road Median Refurbishment, City Project B3011 City of Santa Clarita
Page
3of7
WORK STATEMENT
TASKS PROJECT MANAGEMENT
SUB -TASK 3.1 KICK OFF MEETING WITH WRITTEN SUMMARY
Review and possibly adjust proposal scope of work and schedule. Discuss
communication & documentation format between City, consultants, utility
companies and reviewing agencies. The list of Project Development Team
(PDT) members will be established including the City PM and necessary
City Staff, PCLD, Penfield & Smith and affected utility companies and
Reviewing Agencies deemed appropriate by the City.
City to transfer site information to Consultant. Consultant/Staff meeting
schedules and date of 60% submittal will also be discussed.
Team will discuss project overview including known site issues and needed
information.
OUTPUT 1. Kick-off Meeting Agenda
2. Meeting Minutes including any revised scope or schedule changes.
3. PDT contact list.
SUB -TASK 3.2 DETAILED PROJECT SCHEDULE
Produce project schedule for review at kick-off meeting. Define submittal
dates and periods for City review, update schedule as needed through
the course of the project.
OUTPUT 1. up to date project schedule for review at City review meetings.
SUB -TASK 3.3 CONDUCT MONTHLY PROJECT DEVELOPMENT TEAM (PDT) MEETINGS
Pacific Coast Land Design will conduct the monthly meetings to review the
progress of the project, discuss resolution of any issues such as utility
coordination that may affect the scheduled completion of the project.
The meetings will include affected utility agencies as appropriate at the
direction of the City PM. PDT meetings shall be scheduled at every City
review period to discuss City comments. (7) total meetings anticipated.
OUTPUT 1. Meeting Agenda
2. Meeting minutes
3. Schedule Updates with revised submittal dates
SUB -TASK 3.4 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
upcoming month, indicate accomplished tasks, schedule and
budget. Format shall be approved by the City.
OUTPUT 1) Summary report of project progress.
Soledod Canyon Road Median Refurbishment, City Project B3011 , City of Santa Clarito
Page
4of7
WORK STATEMENT
SUB -TASK 3.5 QUALITY ASSURANCE/QUALITY CONTROL PLAN
Quality Assurance and Quality Control are two critical steps applied to all
Pacific Coast Land Design projects. PCLD will implement an internal QA/
QC plan through the entire duration of the project. Submittals of both
plans and specifications will be compiled prior to scheduled delivery dates
to the City and internally reviewed and checked by the Managing Princi-
pal. Review comments are distributed to the project team for correction
prior to final submittal to the City for review.
OUTPUT 1) Quality Control Plan and Check list.
SUB -TASK 3.6 ATTEND PUBLIC MEETING AT DIRECTION OF CITY (INCLUDED - NO CHARGE)
Pacific Coast Land Design shall attend 1 public meeting if required in sup-
port to City staff for review of the project by Council. It is noted that the
production of a rendered design exhibit for public presentation is no longer
a part of this project.
OUTPUT l . Project presentation Agenda and Coordination with City PM
SUB -TASK 3.7 FIELD WALK WITH CITY PM TO REVIEW 90% PLANS 8 SPECIFICATIONS
Pacific Coast Land Design will visit the site with the City PM to identify po-
tential issues during construction and note any remaining design comple-
tions tasks prior to submittal of the 100% Plans and Specifications.
OUTPUT 1. Meeting notes with action items for completion of the 100% plans and
specifications.
TASK 4 DESIGN
SUB -TASK 4.1 PRELIMINARY DESIGN PLANS (60% CONSTRUCTION DOCUMENT SUBMITTAL)
Prepared with the digital mapping and the studies conducted during Site
Investigation, PCLD and its consultants shall develop preliminary design
plans defining the proposed refurbishment of the planted medians.
Due to the fact that a conceptual plan is not part of the project, this sub-
mittal will provide the City with the opportunity to review the proposed de-
sign prior to production of full construction documents and technical
specifications. This set of plans will include a draft copy of all plan sheets.
Draft technical specification sections will be included with headings tied to
an itemized Bid Schedule with costs.
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 existing trees and the proposed layout of the new trees and
shrubs as well as the limits of demolition and proposed concept for subsur-
face drainage to facilitate permeability in the planted section.
Soledad Canyon Road Median Refurbishment, City Project B3011 City of Santa Clarita
Page
5of7
WORK STATEMENT
OUTPUT The following products will be produced for the 60% Submittal:
1. Project Cover sheet - (I sheet) Includes sheet index, consultant & utility
contact info & General notes.
2. Traffic Control Plans - (4 sheets, 1" = 40')
3. Demolition, Removals & Protection Plans t 1 sheets, V = 20')
4. Preliminary Hardscape Layout & Planting Plans (10 sheets, 1"= 20')
5. Hardscape, Subsurface Drainage & Planting Details (3 sheets)
6. Preliminary Irrigation Plans (10 sheets, 1"= 20')
7. Update Existing Irrigation Sleeving Plan (4 Sheets, 1 " = 40')
8. Irrigation Details & AB 1881 Water Use Calculations (3 sheets)
9. Stormwater Pollution Prevention Plan and erosion control (3 sheets)
10. Bid Schedule to match City format—will include itemized costs and
function as the preliminary cost estimate to assist with design analysis
and construction budgeting.
11. Technical specifications in draft form
Following review of the 60% Plans and Specifications, the Design Team will
meet with the City Project manager to review the City comments and
corrections before moving to production of the 90% Construction
Documents.
All City review comments will be processed by PCLD and distributed to the
design team.
SUB-TASK4.2 CONSTRUCTION DOCUMENTS (9076 SUBMITTAL)
Following the review of the 60% plans, the design team will move to
produce the 90% plans and specifications. The ultimate goal of this
submittal is to produce a final plan set for review by all required City
departments. The team will make corrections and revisions to the plans per
the City 60% comments and will result in nearly complete versions of the
listed products below. This plan set will be used to review the design
solutions on-site with the City PM.
OUTPUT The following products will be produced for the 90% Submittal:
1. Project Cover sheet - (1 sheet) Includes sheet index, consultant & utility
contact info & General notes.
2. Traffic Control Plans - (4 sheets, 1" = 40')
3. Demolition, Removals & Protection Plans (10 sheets, 1" = 20')
4. Hardscape Layout & Planting Plans (10 sheets, 1"= 20')
5. Hardscape, Subsurface Drainage & Planting Details (3 sheets)
6. Irrigation Plans (10 sheets, 1"= 20')
7. Update Existing Irrigation Sleeving Plan (4 Sheets, 1 " = 40')
8. Irrigation Details & AB 1881 Water Use Calculations (3 sheets)
9. Stormwoter Pollution Prevention Plan and erosion control (3 sheets)
10. Bid Schedule to match City format—will include itemized costs
11. Technical specifications in draft form
Following review of the 90% Plans and Specifications, the Design Team will
meet with the City Project manager to review the City comments and
corrections before moving to production of the 100% plans.
Soledod Canyon Road Median Refurbishment, City Project 83011 City of Santa Clarita
Page
6 of 7
WORK STATEMENT
SUB -TASK 4.3 CONSTRUCTION DOCUMENTS (100% SUBMITTAL)
Following the review of the 90% plans, the design team will move to pro-
duce the 100% plans and specifications. These documents will be com-
pleted and submitted to the City for final review of the project by affected
City departments and will undergo a constructability review by City
Construction Inspector Staff
OUTPUT 1. 100% completed Plans, specifications and estimates for final City re-
view and comment.
SUB-TASK4.4 ISSUE PLANS AND SPECIFICATIONS FOR BID
PCLD understands that final, minor comments will be issued following City
review of the 100% plans and specifications. These corrections will be
made to the project documents and the bid set will be published on Mylar
with stamp and signature.
OUTPUT 1. Completed project plans, printed on Mylar with stamp and signature.
2. Completed project specifications with itemized bid schedule including
project quantities.
3. Project quantity breakdown with back-up for City records during con-
struction.
Soledod Canyon Road Median Refurbishment, City Project 83011 City of Santa Clarita
Page
7of7
EXHISIT'll'
COSTPROPOSAL
TASK 1::-PREUMINAU INVESTIGATION.
SUB -TASK TASK DESCRIPTION
`. Pdnct ai
135
Pro M r: :Desi nS ,Admin-- 'Fee -
115 85 75
1.1 She Investigation
1 I I Initiol field visit w/Civil Engineer & City PM; include follow-up
documentation and meeting notes
1.1.2 Civil En ;neer initial field visit
6 6 1 2 $ 1.350
Penfield & Smith: Civil LUMP SUM 693
Sub -Task 1.1: SXe Investi ation 2,043
11 lExisfing U101h, Research &Mo inPenfield & Smith : Civil LUMPSUMJ $ 5.229
SUB-TgSK 1.2: UtiT Research & At In 5,229
1.3 1 Field Su,,Penfield & Smith: Surve (LUMPSUMJ
$ 10,038
SUB -TASK 1.3 Field Surve
10,038
1.4 D1911101 Protect Base MOD Ma
1.4.1 irate City Provided georeferenced aerial photo for median limits 4 1 32 $ 3, I BO
1.4.2 Civil En ;neer-link Cif eoreferenced aerial to survey & utilityinfo Penfield 8. Smith: Civil LUMP SUM 1,386
-,'M_
SUB -TASK 1.4: I hal Pro' ct Base Moot $ 4.566
1.5 Exhing Im ation Focilhies Plan 2 - 30x42 sheets 2 6 40 1 1 $ 4,360
Sub -Task 1.5: Exisfin Irri alion Sheet Crossito Plant 5 4,360
1.6 ed ConcCodn
1.6.1 rdmol
fiActivities 13 Locations total Earth Systems: Geotech LUMP SUM 7,035
1.6.2 Agronomic Soils Testin 39 moisture dens; tests 13 ermeabili Eonh 5 terns: Geofech LUMP SUM $ 6.405
1.6.3 Geotechnical Re ort with recommendations Earth Systems: Geotech LUMP SUM $ 3,885
SUB -TASK 1.6: Stam ed Concrete & boll Coring 17,325
1.7
(Optional) Pavement Coring a Evaluation for possible sleeves -
r
PEI: Pavement Engineering
No cost proposed in this scope of work
NA
TASK I: Total PCLD Hours 1 2 116 178 1 2 96
SUBTOTAL
TASK2: =PREPARATION OF CONCEPTUAL LANDSCAPE PLAN
fi t r m v f the vast r i m Field n Notes korn ii- I
TASK 3. PROJECT MANAGEMENT:: - PrinU a! Pro M ties ner. `Admin
SUB -TASK TASK DESCRIPTION 135 115 85 75
3.1 Kick-off MeeXn with Wrhten Summa
3.1.1 Develop meeting agenda, attentlance at meeting, meeting notes.
PDT contact lilt 5 4 1
3.1.2 lCivil En ineer-attendance a1 proecf Kick-off meeting Penfield & Smith: CivilLUMP SUMI
$ 990
$ 693
Sub•Task 3.1: Kick-off Meetin Whh WriXen Summa
1.683
3.2 Detailed Pro ct Schedule 0 6 0 $ 690
S010403k 3.2: Detailed Pro ct Schedule 690
3.3
Conduct Month Pro' t Develo ment Team Meeffn is
3.3.1Develop
3.3.2 lCivil
meeting agenda, attendance at meeting, meeting notes,
contact required a encies utilities 7 meetings total
Engineer - attendance at PDT and plan review mt (3 total)
28 12 4 4,540
Penfield&Smith: Civil (LUMP SUM) 1 $ 1,386
Sub -Task 3.3: Mordh Pro ect Develo meM Teem Melifinasl $ 5,926
3.4 Prepare Monthly Progress Re ort$
1 634
625
Sub -Task Pre re Mordh Pro ress Re
825
3.5 Quality Assurance/Qualify Control Pian 8 1 2
Sub -Tock 3.5: Quol' Assurance 0uolity Control Plan
$ 1,310
1,310
3.6 AXend Public MeeBn at Direction of C No Char e 0 1 $ _
Sub -Task 3.6: AXentl Public MeeBn at Direction of C O }tonal
3.7 e=ll with C' PM to Review 90% Plans & b ciffcations
3.7.1 Fiettl Walk with follow -u dot mentation 8 4 1,260
3.7.2 Civil Engineer - Field Walk Penfield 8 Smith: Civil ILLSUM) 1 $
Sub -Task 3.7: Fiettl Wadk with C PM to Review 90% Nam & S ecnicmons 1260
TASK 3: Total PCLD Hours 9 55 20 5 80
SUBTOTAL
Page
1 OF 3
EKHIBIT'B'
COST PROPOSAL
Page
2 OF
TASK 4: DESIGN
plincipal.
r Prof M r
IDesigner ner
Admin
.Fee
SUB -TASK
TASK DESCRIPTION
135
1 5 115
1 5 85
1 5 75
4.1
PRELILAINARY DESIGN PLAN (607. SUBMITTAL
Project Cover sheet including sheet index, consultant & utility contact
4.1.1
info and General notes
2 4
570
4.12
Traffic ControlPlan 10 Sheets I"= 20'
Penfield & Smith: Civil
LUMP SUM
5,355
4.1.3
Demolition Removals & PiotecS'on 4kms 10 5fieei5 1" = 7911
b 1 28
3.340
4.1.4
Hardsca a La out & Planting Plans 10 Sheets, 1"= 20' 01
4 1 36
3,520
4.1.5a
Horoscope. Subsurface Drains e & Planting Details 3 sheets 1
B 8
1,735
4.1.5b
Civil - development of subsurface drainage detailsPenfield
_::F
& Smith: Civil
LUMP SUM
693
4.1.6a
Irrigation Plans 10 sheets, 1"= 20' :::T
32
3,450
4.1.61)
Irrigation Plans - Update
6
510
4.1.7
Int ation Details & AB 1881 Water Use Calculations 3 sheets 0
2 6
740
4.1.8
Stornwater Pollution Prevention Plan & erasion control 3 sheets
Penfield 8. Smith: Civil
LUMP SUM
2,247
4.1.9
Costed Bid Schedule to match CitY format Prelim. Cost Estimate
4 6970
4.1.10a
Draft Technicals ecifications 1
6
0
825
4.1.101b
Civil - Technicalspecifications sections.
Penfield & Smith: Civil
LUMP SUM
893
Meet with City to review City comments on 60% plans
Included abovein TASK 3 - PROJECT MANA E
$
Sub-Task4.1: PREUMINARY DESIGN PLANS 60%SubmBla
24MB
4.2
CONSTRUCTION D NTe SUBMITTAL)
42.1
_f9_
Project Cover sheet includingsheet index, consultant 8 utility contact
3
255
4.22
Final Traffic Control Plan 10 sheets, 1" = 49)
Penfield &Smith: C'IwT
LUMP SUM
4,935
4.2.3
Demolition, Removals & Protection Plans 10 sheets, 1" = 20'
4 1 20
$ 2,160
4.2.4
Final Hardsca a Layout & Planting Plans 10 sheets 1"= 20' 1
6 1 32
3,545
4.2.5a
Final Horoscope, Subsurtace Drainage & Planting Details f3 sheets
1 1 4
455
4.2.5b
Civil - development of subsurface drainage details Omitted
Penfield & Smith: Civil
JLUMP SUM
-
4.2.6a
Final liriation Plans f 10 sheets I"=20' 2
6 50
5.210
4.2.6b
Irrigation Plans- Enstina litigation Faciliti n 4 0
1 0 1 0
1 0
-
4.2.7
Final Int afion Details & AB 1881 Water Use Calculations 3 sheets
1 1 4
455
4.2.8
Stornwater Pollution Prevention Pion & erosion control )3 sheets)
Penfield & Smith: Civil
LUMP SUM
2,100
42.9
Castled Not Schedule to match City format (Updated Cost Est. 1
1 4 1 4
935
4.2.1 D0
Final Technical specifications w measurement 8 payment 0
1 8 I
I 0
920
42.10b
CNH- Enol Technicals ecificafions sections
Penfield & Smrth: Civil
LUMP SUM
420
Meet with City to review City comments on 90% plans. Walk site With
Ions Included above in TASK 3 - PROJECT MANAGEMEN"$
Sub -Task 42: CONSTRUCTION DOCUMENTS 90%SU16mlllal
21,390
4.3
DOCUMENTS 1
4.3.1
100%Project Cover sheet including sheet index consultant & utility
1
85
4.3.2
100% Traffic Control Plan 10 sheets, 1"= 40'
Penfield & Smith: Civil
fLUMP SUM
2,310
4.3.3
1Demolition, Removals & Protection Plans 00 sheets 1"= 20'
1 8
795
4.3A
10U%Hardsca aLa out&Pkan' Plans IOsheets 1"=20• 1
2 12
1.395
4.3.5
100% Horoscope, Subsurface Drainage & Planting Details 3 sheets
3 3
600
4.3.60
100%liri afion Plans I 10 sheets I " = 20'1
4 36
3,790
4.2.6b
Irrigation Plans - Emstinn rdaaiion Facilities Plan (4
$
4.3.7
1OD%lai afion Details & AB 1881 Water Use Calculations 3 sheets
1 4
455
4.3.8
Stormwater Pollution Prevention Plan & erosion control 3 sheets
Penfield & Smith: Civil
LUMP SUM
1,050
4.3.9
Coste Bid Schedule to match format Final Cost Estimate 0
3 4
6 85
4.3.1 Do
I Technicals ecifications w measurement & a ment 0
1 6 1
1 0
$ 690
4.3.1 Db
Civil- 100% Technical specifications sections
Penfield & Smith: Civil
LUMP SUM
210
Meet w}th City to review City comments on 100% plans.
Included above in TASK 3 - PROJECT MANAGEMEN
$ -
Sub -Task 4.3: CONSTRUCTION DOCUMENTS 1007.Subn0al
12,056
4.4
IISSUF PLANS 3, SPECIFIC4F R BID
Final revisions to plans and specifications per City review of the 100%
4.4.10
submittal. Print & sign m lar Bid Set
4 7
1.055
4.4.1 b
Civil - revisions Per 100% review issue signed Mylar bid cans
Penfield & Smith: Civil
LUMP SUM
630
Sub -Task 4.3: CONSTRUCTION DOCUMENTS 100% Submilialli
$ 1,685
TASK 4: Total PCLD Houn 13
90 1 318
1 0
1408
SUBTOTAL
Page
2 OF
EXHIBIT ,B,
COST PROPOSAL
Pape
3 OF
REIMBURSABLE EXPENSES
Drag Plan Sets 1 per submittal - 54 plan sheets x $6.00/sheet x 4 Cit reviews 3 formal. I informal
Final si netl M Ian for Com b1A set - 54 plan sheets x EZ1.00/Sheet
$ L296
$ 1134
TOTAL PROJECT INCLUDINGADD-ALTERNATE)
TOTAL FEES - NOT INCLUDING ADD ALTERNATE (PACIFIC COAST LAND DESIGN)
$ 61,813
TOTAL SUB -CONSULTANT FEES (PENFIELD d SMITH - CIVIL/SURVEY)
$ 38,350
TOTAL SUB -CONSULTANT FEES (EARTHSYSTEMS - GEOTECH)
$ 16,500
' 5% Sub -Consultant administration charge included in PCLD fees
Reimbursable E>[peroez:
Reproduction of all documents and postage and shipping charges requested by the City in addition to those listed above shall be paid shall be
paid for at cost plus 15% for handling,
Pape
3 OF
PROFESSIONAL SERVICES AGREEMENT
BETWEEN
THE CITY OF SANTA CLARITA AND
Pacific Coast Land Design, Inc.
Contract No.
This AGREEMENT is entered into this _ day of 20 by and
between the CITY OF SANTA CLARITA, a municipal corporation and general law city
("CITY") and [Pacific Coast Land Design, Inc. ], [Landscape Architecture and Urban Design]
("CONSULTANT").
1. CONSIDERATION.
A. As partial consideration, CONSULTANT agrees to perform the work listed in the
SCOPE OF SERVICES, below, and
B. As additional consideration, CONSULTANT and CITY agree to abide by the
terns and conditions contained in this Agreement; and
C. As additional consideration, CITY agrees to pay CONSULTANT a sum not to
exceed One Hundred Thirty Five Thousand Three Hundred Thirteen dollars
($135,313) for CONSULTANT's services. CITY may modify this amount as set
forth below. Unless otherwise specified by written amendment to this
Agreement, CITY will pay this sum as specified in the attached Exhibit "B,"
which is incorporated by reference.
2. SCOPE OF SERVICES.
A. CONSULTANT will perform services listed in the attached Exhibit "A," which is
incorporated by reference.
B. CONSULTANT will, in a professional manner, furnish all of the labor, technical,
administrative, professional and other personnel, all supplies and materials,
equipment, printing, vehicles, transportation, office space and facilities, and all
tests, testing and analyses, calculation, and all other means whatsoever, except as
herein otherwise expressly specified to be furnished by CITY, necessary or proper
to perform and complete the work and provide the professional services required
of CONSULTANT by this Agreement.
3. PERFORMANCE STANDARDS. While performing this Agreement, CONSULTANT
will use the appropriate generally accepted professional standards of practice existing at the time
of performance utilized by persons engaged in providing similar services. CITY will
continuously monitor CONSULTANT's services. CITY will notify CONSULTANT of any
deficiencies and CONSULTANT will have fifteen (15) days after such notification to cure any
shortcomings to CITY's satisfaction. Costs associated with curing the deficiencies will be borne
by CONSULTANT.
Revised 1/2011 Page 1 of 10
4. PAYMENTS. For CITY to pay CONSULTANT as specified by this Agreement,
CONSULTANT must submit a detailed invoice to CITY which lists the hours worked and
hourly rates for each personnel category and reimbursable costs (all as set forth in
Exhibit "B") the tasks performed, the percentage of the task completed during the billing period,
the cumulative percentage completed for each task, the total cost of that work during the
preceding billing month and a cumulative cash flow curve showing projected and actual
expenditures versus time to date.
5. NON -APPROPRIATION OF FUNDS. Payments due and payable to CONSULTANT for
current services are within the current budget and within an available, unexhausted and
unencumbered appropriation of the CITY. In the event the CITY has not appropriated sufficient
funds for payment of CONSULTANT services beyond the current fiscal year, this Agreement
will cover only those costs incurred up to the conclusion of the current fiscal year.
6. ADDITIONAL WORK.
A. If CONSULTANT believes Additional Work is needed to complete the Scope of
Work, CONSULTANT will provide the CITY with written notification that
contains a specific description of the proposed Additional Work, reasons for such
Additional Work, and a detailed proposal regarding cost.
7. FAMILIARITY WITH WORK.
A. By executing this Agreement, CONSULTANT agrees that it has:
i. Carefully investigated and considered the scope of services to be
performed; and
ii. Carefully considered how the services should be performed; and
iii. Understands the facilities, difficulties, and restrictions attending
performance of the services under this Agreement.
B. If services involve work upon any site, CONSULTANT agrees that
CONSULTANT has or will investigate the site and is or will be fully acquainted
with the conditions there existing, before commencing the services hereunder.
Should CONSULTANT discover any latent or unknown conditions that may
materially affect the performance of the services, CONSULTANT will
immediately inform CITY of such fact and will not proceed except at
CONSULTANT's own risk until written instructions are received from CITY.
8. TERM. The term of this Agreement will be from February 12, 2014 toFebruary 12 2015.
Unless otherwise determined by written amendment between the parties, this Agreement will
terminate in the following instances:
A. Completion of the work specified in Exhibit "A."
B. Termination as stated in Section 15.
Revised 1/2011 Page 2 of 10
9. TIME FOR PERFORMANCE.
A. CONSULTANT will not perform any work under this Agreement until:
CONSULTANT furnishes proof of insurance as required under Section 22
of this Agreement; and
ii. CITY gives CONSULTANT a written notice to proceed.
B. Should CONSULTANT begin work on any phase in advance of receiving written
authorization to proceed, any such professional services are at CONSULTANT's
own risk.
10. TIME EXTENSIONS. Should CONSULTANT be delayed by causes beyond
CONSULTANT's control, CITY may grant a time extension for the completion of the contracted
services. If delay occurs, CONSULTANT must notify the CITY within forty-eight hours
(48 hours), in writing, of the cause and the extent of the delay and how such delay interferes with
the Agreement's schedule. The CITY will extend the completion time, when appropriate, for the
completion of the contracted services.
11. CHANGES. CITY may order changes in the services within the general scope of this
Agreement, consisting of additions, deletions, or other revisions, and the contract sum and the
contract time will be adjusted accordingly. All such changes must be authorized in writing,
executed by CONSULTANT and CITY. The cost or credit to CITY resulting from changes in
the services will be determined in accordance with written agreement between the parties.
12. TAXPAYER IDENTIFICATION NUMBER. CONSULTANT will provide CITY with a
Taxpayer Identification Number.
13. PERMITS AND LICENSES. CONSULTANT, at its sole expense, will obtain and
maintain during the term of this Agreement, all necessary permits, licenses, and certificates that
may be required in connection with the performance of services under this Agreement.
14. WAIVER. CITY's review or acceptance of, or payment for, work product prepared by
CONSULTANT under this Agreement will not be construed to operate as a waiver of any rights
CITY may have under this Agreement or of any cause of action arising from CONSULTANT's
performance. A waiver by CITY of any breach of any term, covenant, or condition contained in
this Agreement will not be deemed to be a waiver of any subsequent breach of the same or any
other term, covenant, or condition contained in this Agreement, whether of the same or different
character.
15. TERMINATION.
A. CITY may terminate this Agreement at any time with or without cause.
B. CONSULTANT may terminate this Agreement at any time with CITY's mutual
consent. Notice will be in writing at least thirty (30) days before the effective
termination date.
Revised 1/2011 Page 3 of 10
I
C. Upon receiving a termination notice, CONSULTANT will immediately cease
performance under this Agreement unless otherwise provided in the termination
notice. Except as otherwise provided in the termination notice, any additional
work performed by CONSULTANT after receiving a termination notice will be
performed at CONSULTANT'S own cost; CITY will not be obligated to
compensate CONSULTANT for such work.
D. Should termination occur, all finished or unfinished documents, data, studies,
surveys, drawings, maps, reports and other materials prepared by CONSULTANT
will, at CITY's option, become CITY's property, and CONSULTANT will
receive just and equitable compensation for any work satisfactorily completed up
to the effective date of notice of termination, not to exceed the total costs under
Section I(C).
E. Should the Agreement be terminated pursuant to this Section, CITY may procure
on its own terms services similar to those terminated.
F. By executing this document, CONSULTANT waives any and all claims for
damages that might otherwise arise from CITY's termination under this Section.
16. OWNERSHIP OF DOCUMENTS. All documents, data, studies, drawings, maps, models,
photographs and reports prepared by CONSULTANT under this Agreement are CITY's
property. CONSULTANT may retain copies of said documents and materials as desired, but
will deliver all original materials to CITY upon CITY's written notice. CITY agrees that use of
CONSULTANT's completed work product, for purposes other than identified in this Agreement,
or use of incomplete work product, is at CITY's own risk.
17. PUBLICATION OF DOCUMENTS. Except as necessary for performance of service
under this Agreement, no copies, sketches, or graphs of materials, including graphic art work,
prepared pursuant to this Agreement, will be released by CONSULTANT to any other person or
public CITY without CITY's prior written approval. All press releases, including graphic
display information to be published in newspapers or magazines, will be approved and
distributed solely by CITY, unless otherwise provided by written agreement between the parties.
18. INDEMNIFICATION. CONSULTANT agrees to indemnify and hold CITY harmless from
and against any claim, action, damages, costs (including, without limitation, attorney's fees),
injuries, or liability, arising out of the performance of this agreement by CONSULTANT.
Should CITY be named in any suit, or should any claim be brought against it by suit or
otherwise, arising out of performance by CONSULTANT of services rendered pursuant to this
Agreement, CONSULTANT will defend CITY (at CITY's request and with counsel satisfactory
to CITY) and will indemnify CITY for any judgment rendered against it or any sums paid out in
settlement or costs incurred in defense otherwise.
19. ASSIGNABILITY. This Agreement is for CONSULTANT's professional services.
CONSULTANT's attempts to assign the benefits or burdens of this Agreement without CITY's
written approval are prohibited and will be null and void.
Revised 1/2011 Page 4 of 10
20. INDEPENDENT CONTRACTOR CITY and CONSULTANT agree that
CONSULTANT will act as an independent contractor and will have control of all work and the
manner in which is it performed. CONSULTANT will be free to contract for similar service to
be performed for other employers while under contract with CITY. CONSULTANT is not an
agent or employee of CITY and is not entitled to participate in any pension plan, insurance,
bonus or similar benefits CITY provides for its employees. Any provision in this Agreement that
may appear to give CITY the right to direct CONSULTANT as to the details of doing the work
or to exercise a measure of control over the work means that CONSULTANT will follow the
direction of the CITY as to end results of the work only.
21. AUDIT OF RECORDS. CONSULTANT will maintain full and accurate records with
respect to all services and matters covered under this Agreement. CITY will have free access at
all reasonable times to such records, and the right to examine and audit the same and to make
transcript therefrom, and to inspect all program data, documents, proceedings and activities.
CONSULTANT will retain such financial and program service records for at least three (3) years
after termination or final payment under this Agreement.
22. INSURANCE.
A. Before commencing performance under this Agreement, and at all other times this
Agreement is effective, CONSULTANT will procure and maintain the following
types of insurance with coverage limits complying, at a minimum, with the limits
set forth below:
Tyne of Insurance Limits
Commercial general liability: $1,000,000
Professional Liability $1,000,000
Business automobile liability $1,000,000
Workers compensation Statutory requirement
B. Commercial general liability insurance will meet or exceed the requirements of
ISO -CGL Form No. CG 00 01 11 85 or 88. The amount of insurance set forth
above will be a combined single limit per occurrence for bodily injury, personal
injury, and property damage for the policy coverage. Liability policies will be
endorsed to name CITY, its officials, and employees as "additional insureds"
under said insurance coverage and to state that such insurance will be deemed
"primary" such that any other insurance that may be carried by CITY will be
excess thereto. Such endorsement must be reflected on ISO Form No. CG 20 10
11 85 or 88, or equivalent. Such insurance will be on an `occurrence," not a
"claims made," basis and will not be cancelable or subject to reduction except
upon thirty (30) days prior written notice to CITY.
C. Professional liability coverage will be on an "occurrence basis" if such coverage
is available, or on a "claims made" basis if not available. When coverage is
provided on a "claims made basis," CONSULTANT will continue to renew the
Revised 112011
Page 5 of (0
insurance for a period of three (3) years after this Agreement expires or is
terminated. Such insurance will have the same coverage and limits as the policy
that was in effect during the term of this Agreement, and will cover
CONSULTANT for all claims made by CITY arising out of any errors or
omissions of CONSULTANT, or its officers, employees or agents during the time
this Agreement was in effect.
D. Automobile coverage will be written on ISO Business Auto Coverage Form
CA 00 0106 92, including symbol 1 (Any Auto).
E. CONSULTANT will furnish to CITY duly authenticated Certificates of Insurance
evidencing maintenance of the insurance required under this Agreement and such
other evidence of insurance or copies of policies as may be reasonably required
by CITY from time to time. Insurance must be placed with insurers with a current
A.M. Best Company Rating equivalent to at least a Rating of "A:VIL"
F. Should CONSULTANT, for any reason, fail to obtain and maintain the insurance
required by this Agreement, City may obtain coverage at CONSULTANT'S
expense and deduct the cost of such insurance from payments due to
CONSULTANT under this Agreement or terminate. In the alternative. should
CONSULTANT fail to meet any of the insurance requirements under this
agreement. City may cancel the Agreement immediately with no penalty.
G. Should CONSULTANT'S insurance required by this Agreement be cancelled at
any point prior to expiration of the policy, CONSULTANT must notify City
within 24 hours of receipt of notice of cancellation. Furthermore,
CONSULTANT must obtain replacement coverage that meets all contractual
requirements within 10 days of the prior insurer's issuance of notice of
cancellation CONSULTANT must ensure that there is no lapse in coverage.
23. USE OF SUBCONTRACTORS. CONSULTANT must obtain CITY's prior written
approval to use any consultants while performing any portion of this Agreement. Such approval
must approve of the proposed consultant and the terms of compensation.
24. INCIDENTAL TASKS. CONSULTANT will meet with CITY monthly to provide the
status on the project, which will include a schedule update and a short narrative description of
progress during the past month for each major task, a description of the work remaining and a
description of the work to be done before the next schedule update.
25. NOTICES. All communications to either party by the other party will be deemed made
when received by such party at its respective name and address as follows:
If to CONSULTANT:
Pacific Coast Land Design, Inc.
3639 Harbor Boulevard, Suite 107
Ventura, CA 93001
Attention: Mike Zielsdorf
If to CITY:
City of Santa Clarita
23920 Valencia Boulevard., Suite 300
Santa Clarita, CA 91355
Attention: James Tong
Revised 1/2011 Page 6 of 10
Any such written communications by mail will he conclusively deemed to have been received by
the addressee upon deposit thereof in the United States mail, postage prepaid and properly
addressed as noted above. In all other instances, notices will be deemed given at the time of
actual delivery. Changes may be made in the names or addresses of persons to whom notices are
to be given by giving notice in the manner prescribed in this paragraph.
26. CONFLICT OF INTEREST. CONSULTANT will comply with all conflict of interest
laws and regulations including, without limitation, CITY's Conflict of Interest Code (on file in
the City Clerk's Office). It is incumbent upon the CONSULTANT or CONSULTING FIRM to
notify the CITY pursuant to Section 25. NOTICES of any staff changes relating to this
Agreement.
A. In accomplishing the scope of services of this Agreement, all officers, employees
and/or agents of CONSULTANT(S), unless as indicated in Subsection B., will be
performing a very limited and closely supervised function, and, therefore, unlikely to
have a conflict of interest arise. No disclosures are required for any officers,
employees, and/or agents of CONSULTANT, except as indicated in Subsection B.
Initials of Consultant
B. In accomplishing the scope of services of this Agreement, CONSULTANT(S) will be
performing a specialized or general service for the CITY, and there is substantial
likelihood that the CONSULTANT'S work product will be presented, either written
or orally, for the purpose of influencing a governmental decision. As a result, the
following CONSULTANT(S) shall be subject to the Disclosure Category "1" of the
CITY's Conflict of Interest Code:
27. SOLICITATION. CONSULTANT maintains and warrants that it has not employed nor
retained any company or person, other than CONSULTANT's bona fide employee, to solicit or
secure this Agreement. Further, CONSULTANT warrants that it has not paid nor has it agreed
to pay any company or person, other than CONSULTANT's bona fide employee, any fee,
commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting
from the award or making of this Agreement. Should CONSULTANT breach or violate this
warranty, CITY may rescind this Agreement without liability.
28. THIRD PARTY BENEFICIARIES. This Agreement and every provision herein is
generally for the exclusive benefit of CONSULTANT and CITY and not for the benefit of any
other party. There will be no incidental or other beneficiaries of any of CONSULTANT's or
CITY's obligations under this Agreement.
29. INTERPRETATION. This Agreement was drafted in, and will be construed in accordance
with the laws of the State of California, and exclusive venue for any action involving this
agreement will be in Los Angeles County.
Revised 1/2011
Page 7 of 10
30. COMPLIANCE WITH LAW. CONSULTANT agrees to comply with all federal, state,
and local laws applicable to this Agreement.
31. ENTIRE AGREEMENT. This Agreement, and its Attachments, sets forth the entire
understanding of the parties. There are no other understandings, terms or other agreements
expressed or implied, oral or written. There are O Attachment(s) to this Agreement. This
Agreement will bind and inure to the benefit of the parties to this Agreement and any subsequent
successors and assigns.
32. RULES OF CONSTRUCTION. Each Party had the opportunity to independently review this
Agreement with legal counsel. Accordingly, this Agreement will be construed simply, as a whole,
and in accordance with its fair meaning; it will not be interpreted strictly for or against either Party.
33. SEVERABILITY. If any portion of this Agreement is declared by a court of competent
jurisdiction to be invalid or unenforceable, then such portion will be deemed modified to the
extent necessary in the opinion of the court to render such portion enforceable and, as so
modified, such portion and the balance of this Agreement will continue in full force and effect.
34. AUTHORITY/MODIFICATION. The Parties represent and warrant that all necessary
action has been taken by the Parties to authorize the undersigned to execute this Agreement and to
engage in the actions described herein. This Agreement may be modified by written amendment.
CITY's executive manager, or designee, may execute any such amendment on behalf of CITY.
35. ACCEPTANCE OF FACSIMILE SIGNATURES. The Parties agree that this Agreement,
agreements ancillary to this Agreement, and related documents to be entered into in connection
with this Agreement will be considered signed when the signature of a party is delivered by
facsimile transmission. Such facsimile signature will be treated in all respects as having the
same effect as an original signature.
36. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of
reference only and will not affect the interpretation of this Agreement.
37. TIME IS OF ESSENCE. Time is of the essence for each and every provision of this
Agreement.
38. FORCE MAJEURE. Should performance of this Agreement be prevented due to fire, flood,
explosion, acts of terrorism, war, embargo, government action, civil or military authority, the
natural elements, or other similar causes beyond the Parties' reasonable control, then the
Agreement will immediately terminate without obligation of either party to the other.
39. STATEMENT OF EXPERIENCE. By executing this Agreement, CONSULTANT
represents that it has demonstrated trustworthiness and possesses the quality, fitness and capacity
to perform the Agreement in a manner satisfactory to CITY. CONSULTANT represents that its
financial resources, surety and insurance experience, service experience, completion ability,
personnel, current workload, experience in dealing with private consultants, and experience in
dealing with public agencies all suggest that CONSULTANT is capable of performing the
proposed contract and has a demonstrated capacity to deal fairly and effectively with and to
satisfy a public CITY.
Revised 1/2011 Page 8 of 10
40. PROTECTION OF RESIDENT WORKERS. The City of Santa Clarita actively supports
the Immigration and Nationality Act (INA), which includes provisions addressing employment
eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire
only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.)
and aliens authorized to work in the U.S. The employer must verify the identity and employment
eligibility of anyone to be hired, which includes completing the Employment Eligibility
Verification Form (I-9). The CONSULTANT shall establish appropriate procedures and
controls so no services or products under the Contract Documents will be performed or
manufactured by any worker who is not legally eligible to perform such services or employment.
[SIGNATURES ON NEXT PAGE]
Revised 1/2011 Page 9 of 10
IN WITNESS WHEREOF, the parties hereto have executed this contract the day and
year first hereinabove written.
FOR CONSULTANT:
0
Print Name & Title
Date:
FOR CITY OF SANTA CLARITA:
KENNETH W. STRIPLIN, CITY MANAGER
By:
City Manager
Date:
ATTEST:
By:
City Clerk
Date:
APPROVED AS TO FORM:
JOSEPH M. MONTES, CITY ATTORNEY
By:
City Attorney
Date:
Revised 112011 Page 10 of 10