HomeMy WebLinkAbout2014-07-08 - AGENDA REPORTS - STORM DRAIN PROJ N0002 (4)CONSENT CALENDAR
DATE:
SUBJECT:
DEPARTMENT:
Agenda Item: 8
CITY OF SANTA CLARITA
AGENDA REPORT
City Manager Approval
Item to be presented by:
July 8, 2014
Curtis Nay
STORM DRAIN AND CULVERT UPGRADES, PROJECT N0002 -
AWARD DESIGN CONTRACT
Public Works
RECOMMENDED ACTION
City Council:
Award the design contract for the Storm Drain and Culvert Upgrades, Project N0002, to
Rick Engineering Company, in the amount of $68,700, and authorize a contingency in the
amount of $10,300, for a total contract amount not to exceed $79,000.
2. Authorize the City Manager or designee to execute all documents, subject to City
Attorney approval.
BACKGROUND
The City of Santa Clarita (City) has been awarded a Pre -Disaster Mitigation (PDM) grant from
the California Emergency Management Agency (CaIEMA) to correct roadway flooding issues
within five key locations throughout the City. The PDM program provides funds for hazard
mitigation planning and the implementation of mitigation projects prior to a disaster event.
Funding these plans and projects reduces overall risk to the population and structures, while also
reducing reliance on funding from actual disaster declarations.
This project will design drainage improvements at five locations within the City to correct
roadway flooding issues during storm events. The locations of these five areas are: Wiley Canyon
Road north of Calgrove Boulevard, Old Wiley Canyon Road, 13th Street, and two locations on
Sierra Highway, north of The Old Road. The goal of the proposed project is to increase driver
APPROVED
safety and conveyance of stormwater, while decreasing the need for roadway closures,
maintenance, and property damage. Correcting flooding issues at these five locations is
necessary. Under current conditions, storm events damage the roadway and/or create significant
traffic congestion on these important transportation corridors within the City.
Design Team Selection Process
On February 21, 2014, a Request for Proposal was sent to nine civil engineering design firms
with extensive experience on similar projects. Two of the firms prepared and submitted
proposals to the City for consideration. City staff reviewed the proposals for both firms, Rick
Engineering Company and Penfield & Smith.
Following is a summary of the civil engineering firms' costs and ratings:
Rankin Company Location Cost Score
1 Rick Engineering Company San Luis Obispo, CA $68,700 94
2 Penfield & Smith Camarillo, CA $62,870 92
The overall ratings were based on the review of the proposals. The scoring system heavily
emphasized the understanding of the required scope of work, key and potential issues and
resolutions, experience with storm drain design and construction, qualifications of the project
team and their resources, and quality and completeness of the proposals.
Although both firms prepared strong proposals, based on the City's evaluation process, staff
recommends Rick Engineering Company as the top -qualified civil engineering design firm. Rick
Engineering Company was previously hired as the engineer to prepare the grant application for
CalEMA. Their work was instrumental in securing the CalEMA grant. As part of the application,
they were responsible for preparing engineering studies, preliminary design options, and cost
estimates for the project. This history with the project provides a unique familiarity of the sites
and scope of the project, which was reflected in the proposal. In addition, while Penfield &
Smith had a lower overall cost, more of their resources were for project management, site
investigation, bidding, and construction support. Rick Engineering Company's proposal allocated
a majority of their resources for design. Staff believes this is more in line with the needs of the
contract, and Rick Engineering Company is prepared to allocate resources to produce an accurate
set of plans, specifications, and cost estimates.
The contingency amount requested will cover the cost of additional engineering studies,
environmental studies, and/or plans for the proposed work, which may be required.
California Government Code 4526 prescribes selection of architectural and engineering services
to be based on demonstrated competence and professional qualifications necessary for the
satisfactory performance of the services required and does not authorize the selection of
professional architectural and engineering services based on cost. The City was able to negotiate
an agreement with Rick Engineering Company at a fair and reasonable price.
2
ALTERNATIVE ACTIONS
Other action as determined by the City Council.
FISCAL IMPACT
Adequate funds are appropriated to Expenditure Accounts N0002229-5161.001 (FEMA Grant
Funds) and N0002356-5161.001 (Storm Water Utility Funds). The appropriated funds will
adequately provide for the award of the design contract, staff oversight, and miscellaneous costs.
ATTACHMENTS
Location Map
Contract for Rick Engineering Company available in the City Clerk's Reading File
Exhibit A to Contract - Proposal available in the City Clerk's Reading File
Project Area
IJ
"ry°'Sorm CLARrm
Storm Drain
and Culvert Upgrades
N0002N
a
ox ns
Location Map
�_
Mn.iMexnM lcervne mt31 nse
Project Areas
.m=• •1 _d..
d City Boundary
-d
w,•.„=;.•_.
Approximate
Project Area
Approximate
Project Area
PROFESSIONAL SERVICES AGREEMENT
BETWEEN
THE CITY OF SANTA CLARITA AND
RICK ENGINEERING COMPANY
Contract No. 14-00222
This AGREEMENT is entered into this _ day
between the CITY OF SANTA CLARITA, a municipal
("CITY") and [RICK ENGINEERING COMPANY],
("CONSULTANT").
1. CONSIDERATION.
of 20_, by and
corporation and general law city
[Civil Engineering Services]
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
terms and conditions contained in this Agreement; and
C. As additional consideration, CITY agrees to pay CONSULTANT a sum not to
exceed Seventy-nine Thousand dollars ($79,000) 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 "A," 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 home
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 "A") 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 C= 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 July 9, 2014 to March 31, 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 112011 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
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 1(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 C1TY'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:
Type of Insurance Limits
Commercial general liability: $1,000,000
Professional Liability $1,000,000
Business automobile liability $1,000,000
Workers compensation Statutory requirement
B. Commercial general liability insurance will meet or exceed the requirements of
ISO -CGL Form No. CG 00 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 12011 Page 5 of 10
insurance for a period of three (3) years after this Agreement expires or is
terminated. Such insurance will have the same coverage and limits as the policy
that was in effect during the term of this Agreement, and will cover
CONSULTANT for all claims made by CITY arising out of any errors or
omissions of CONSULTANT, or its officers, employees or agents during the time
this Agreement was in effect.
D. Automobile coverage will be written on ISO Business Auto Coverage Form
CA 00 0106 92, including symbol 1 (Any Auto).
E. CONSULTANT will furnish to CITY duly authenticated Certificates of Insurance
evidencing maintenance of the insurance required under this Agreement and such
other evidence of insurance or copies of policies as may be reasonably required
by CITY from time to time. Insurance must be placed with insurers with a current
A.M. Best Company Rating equivalent to at least a Rating of "A:VII."
F. Should CONSULTANT, for any reason, fail to obtain and maintain the insurance
required by this Agreement, City may obtain 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:
Rick Engineering Company
711 Tank Farm Road, Suite 110
San Luis Obispo, CA 93401
Attention: Tom Martin
If to CITY:
City of Santa Clarita
23920 Valencia Boulevard., Suite 300
Santa Clarita, CA 91355
Attention: Christina Monde
Revised 1/2011 Page 6 of 10
Any such written communications by mail will be conclusively deemed to have been received by
the addressee upon deposit thereof in the United States mail, postage prepaid and properly
addressed as noted above. In all other instances, notices will be deemed given at the time of
actual delivery. Changes may be made in the names or addresses of persons to whom notices are
to be given by giving notice in the manner prescribed in this paragraph.
26. CONFLICT OF INTEREST. CONSULTANT will comply with all conflict of interest
laws and regulations including, without limitation, CITY's Conflict of Interest Code (on file in
the City Clerk's Office). It is incumbent upon the CONSULTANT or CONSULTING FIRM to
notify the CITY pursuant to Section 25. NOTICES of any staff changes relating to this
Agreement.
A. In accomplishing the scope of services of this Agreement, all officers, employees
and/or agents of CONSULTANT(S), unless as indicated in Subsection B., will be
performing a very limited and closely supervised function, and, therefore, unlikely to
have a conflict of interest arise. No disclosures are required for any officers,
employees, and/or agents of CONSULTANT, except as indicated in Subsection B.
Initials of Consultant
B. In accomplishing the scope of services of this Agreement, CONSULTANT(S) will be
performing a specialized or general service for the CITY, and there is substantial
likelihood that the CONSULTANT'S work product will be presented, either written
or orally, for the purpose of influencing a governmental decision. As a result, the
following CONSULTANT(S) shall be subject to the Disclosure Category "1" of the
CITY's Conflict of Interest Code:
27. SOLICITATION. CONSULTANT maintains and warrants that it has not employed nor
retained any company or person, other than CONSULTANT's bona fide employee, to solicit or
secure this Agreement. Further, CONSULTANT warrants that it has not paid nor has it agreed
to pay any company or person, other than CONSULTANT's bona fide employee, any fee,
commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting
from the award or making of this Agreement. Should CONSULTANT breach or violate this
warranty, CITY may rescind this Agreement without liability.
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 is/are one (1) 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.
C='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 12011 Page 9 of 10
IN WITNESS WHEREOF, the parties hereto have executed this contract the day and
year first hereinabove written.
FOR CONSULTANT:
m
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
City Attorney
Date:
Revised 1/2011 Page 10 of 10
March 21. 2014
PROPOSAL TO PREPARE PS&E FOR CONSTRUCTION OF
Storm Drain and Culvert Upgrades at
Five Locations within the City of Santa Clarita
(CIP PROJECT NO. N0002)
711 Tank Farm Road / Suite 110 ; San Luis Obispo, CA 93401 I L 805.544.0707
March 21, 2014
Ms. Christina Monde, Associate Engineer
City of Santa Clarita
23920 Valencia Boulevard, Suite 300
Santa Clarita, CA 91355
RE: PREPARATION OF PS&E FOR CONSTRUCTION OF STORM DRAIN & CULVERT UPGRADES
AT FIVE LOCATIONS WITHIN THE CITY OF SANTA CLARITA (CIP PROJECT NO. N0002)
Dear Christina,
Rick Engineering Company (RICK) is pleased to submit this proposal to perform civil engineering design
services for the City of Santa Clarita's Storm Drain and Culvert Upgrade Project. Our work on this project
will be a continuance of the FEMA PDM Grant project that secured design and construction funding for
the City. Over the past few years we have been privileged to have increased our business opportunities
with the City of Santa Clarita's Capital Improvements department and we look forward to completing this
culvert upgrade project.
We have assembled the same design team that performed the FEMA PDM Grant services, led by Mr.
Thomas E. Martin, PE. Tom has worked closely with City staff on recent projects and has been the main
point of contact for our work in the City of Santa Clarita. Mr. Donald A. Druse, PE, will again oversee the
project as Principal -In -Charge. The Public Works experience of this team, and specific project experience
with the City of Santa Clarita Capital Improvements Department, provides Rick Engineering with the
knowledge of what is important to City of Santa Clarita staff.
As you will see in our attached SOO, we offer comprehensive in-house services; however, we have found
that collaboration with local sub -consultants is sometimes desired by the Santa Clarita City Council. As
such, we offer Pinnacle Land Survey, Inc., as an alternative for the project survey services; whom we have
successfully worked with on other projects in Santa Clarita.
Rick Engineering Company is ready with the experience, ability, and desire to support this effort by the
City of Santa Clarita. Please contact us at (805) 544-0707 (tmartin@rickengineering.com), should you have
any questions.
Sincerely,
CL .�,
Donald A. Druse, PE
Principal
Thomas E. Martin, PE
Project Manager
711 Tank Farm Road, Suite 110 • San Luis Obispo, California 93401 • (30) — (; i. ,
®m
SAN LUIS OBISPO SAN DIEGO RIVERSIDE ORANGE SACRAMENTO BAKERSFIELD PHOENIX TUCSON
INTRODUCTION
Project Understanding
1-3
QUALIFICATIONS OF FIRM & ASSIGNED STAFF
Statement of Qualifications
4
Assigned Staff Overview
4-5
Subconsultants
5
Organization Chart
5
Project Team Resumes
6-12
Brief Company History of Comparable Work
13-18
Company Brochure
19-20
WORK STATEMENT
Work Program Understanding
21
Scope of Work
21-22
SCHEDULE
23
TOTAL COST
24
SUBCONSULTANTS
25
DBE INVOLVEMENT
26
LABOR COMPLIANCE PROGRAM
27
STATEMENT OF OFFER & SIGNATURE
28
STATEMENTS & AGREEMENTS
Attachments A -D
29-32
APPENDIX
Design Sketches
I -X
Storm Drain & Culvert Upgrades at Five Locations ICIP No. N0002)
2
N
a
O
O
C
A
N
Q
2
PROJECT UNDERSTANDING
The goal of the proposed storm drain and culvert improvements at each of the
five locations is to correct current roadway flooding issues during storm events.
The objective is to increase driver safety and conveyance of stormwater, while
decreasing the need for roadway closures, maintenance, and property damage.
Correcting flooding issues at these five locations is necessary as under current
conditions, storm events damage the roadway and/or create significant traffic
congestion within the City. These five areas are of particular importance with
regard to traffic circulation since the roadways affected, Wiley Canyon Road, 13th
Street, and Sierra Highway, are important transportation corridors within the City
of Santa Clarita.
LOCATION SPECIFIC ISSUES AND ANTICIPATED SOLUTIONS
LOCATION #I- WILEY CANYON ROAD
RICK puts careful forethough into
every project design we prepare.
Please see the Appendix for the
associated design sketches we
prepared for this project.
Wiley Canyon Road is an important transportation corridor in the City of Santa Clarita. Flooding of the roadway at this
location causes traffic circulation problems during storm events. Additionally, ongoing maintenance is required to repair
the eastern roadway shoulder, which is undermined by storm water running along the roadway edge. Currently, an existing
12" Corrugated Metal Pipe (CMP) culvert constructed in 1966 conveys stormwater from the east to the west shoulder of
the roadway. The culvert pipe is significantly undersized, and during storm events the water ponds on the east side of
the road, flooding the northbound lane resulting in excessive flooding conditions and occasional road closures on a main
thoroughfare. The proposed solution deals with the underlying cause of the problem, (undersized existing culvert resulting
in ponding), by channelizing the runoff in the shoulder and capture the runoff in an inlet rather than allowing ponding,
and constructing a culvert capable of conveying 50 -year storm flow volumes underneath the roadway. These three
improvements, along with a headwall and rock slope protection at the downstream outlet, will address the underlying
problem and provide a long-term stable solution for stormwater conveyance at this location.
LOCATION 82 - OLD WILEY CANYON ROAD
At the northern terminus of Old Wiley Canyon Road, storm water flows are designed to be captured by an existing at -
grade inlet built in 1999; however, runoff at this location overflows onto the intersection of Powell Drive and Wiley Canyon
Road from Old Wiley Canyon Road, resulting in traffic circulation problems on this important transportation corridor.
Additionally, Old Wiley Canyon Road is a residential street, and the lack of curb and gutter at this location results in erosion
on adjacent private property, flooding of a private driveway and increased maintenance for the City of Santa Clarita. The
proposed solution will deal with the underlying cause of the problem (poor roadway slope and undersized/misaligned
drainage inlet) by channelizing the runoff on the paved roadway instead of the shoulder, and by adding storm drain inlets
to admit stormwater flows into the storm drain system before they enter the intersection within Powell Drive.
Storm Drain & culvert Upgrades at Five Locations (CIP No. N0002) 1
Introduction Continued
LOCATION #3 -13TH STREET
Currently, storm water runoff from a large section of industrial/commercial and residential area is concentrated at the
southern shoulder of 13th Street, where it enters a 18" x 18" grate inlet and is conveyed under the roadway to the
northern shoulder in a 10" CMP pipe, which were constructed in 1945. The inlet and CMP pipe are undersized and cannot
accommodate storm water flows, resulting in ponding at this location and flooding of the eastbound lane. The flows pond
within the eastbound lane prior to cresting over the centerline and eroding an undeveloped parcel on the west side of
the road. Since 13th Street is the only public access into the Placentia Community and The Masters College, this street is
considered to be an important route with regard to traffic circulation. Therefore, a drainage system consisting of an inlet
and storm drain will be constructed within 13th Street. The drainage system will be designed to collect and convey the
50 -year runoff flows and decrease erosion and maintenance requirements.
It should be noted that the improvements within 13th Street will be constrained by the allowable depth from the upstream
inlet to the downstream outfall. This will lead to a design consisting of multiple smaller diameter pipes or a reinforced
concrete box (RCB) to capture a low to moderate storm event (10 to 25 -year). The proposed solution may still result
in flooding within 131h Street during the design storm event, however a travel lane (dry lane) may still be provided. An
alternative solution would be to limit the amount of runoff that reaches the 13"' Street sump by constructing improvements
within 12th Street (at Placentia Canyon Road intersection).
LOCATION #4 -SIERRA HIGHWAY
At this location an existing standpipe inlet and culvert were constructed in 1937 to provide settlement of sediment and
convey water beneath Sierra Highway. Over time the channel to the north of the roadway, (upstream), has been filled
with sediment, burying the standpipe. During storm events runoff now flows over the highway, resulting in road closures
and dangerous conditions. Since Sierra Highway not only services this porton of the City of Santa Clarita, but also acts as a
parallel/overflow road for Route 14, Antelope Valley Freeway, having periodic closures is both inconvenient and potentially
a safety hazard. Therefore, the source of the problem, (sedimentation and clogging of the existing storm drain standpipe),
may be mitigated by allowing the water to pond and settle on the upstream side of the roadway by way of a forebay/debris
basin. The runoff will pond in the forebay and then overflow into the existing culvert and rip -rap will be used to dissipate
energy on the downstream side of Sierra Highway. The forebay would be designed to capture the trash and debris by way
of a controlled outlet structure (restrictor).
Storm Drain & Culvert Upgrades at Five Locations (CIP No. N0002)
Introduction Continued
LOCATION #5—SIERRA HIGHWAY
At this location, a natural Swale collects flow from an undeveloped watershed and directs the runoff towards Sierra Highway.
The existing headwall and culvert entrance, built in 1937, are not aligned properly with the flow at this location, and as a
result runoff flows over the roadway rather than enter the culvert. Since Sierra Highway not only services this portion of
the City of Santa Clarita, but also acts as a parallel/overflow road for Route 14, Antelope Valley Freeway, having periodic
closures is both inconvenient and potentially a safety hazard. Constructing improvements to limit closures during storm
events on this roadway is an opportunity to significantly improve traffic flow patterns in this area. Therefore, the source
of the problem (misalignment of the existing headwall and culvert inlet) would be mitigated by creating a clearly defined
swale system to the existing outlet. Also, a forebay may be provided to capture trash and debris to avoid discharge into the
downstream system, similar to the design proposed for Location 4. An energy dissipating structure would be designed for
the outlet in order to decrease velocities and avoid excessive erosion.
Storm Drain & Culvert Upgrades at Five Locations (CIP No. N0002)
K
STATEMENT OF QUALIFICATIONS
Because we area multi -disciplined firm, Rick Engineering Company (RICK) is able to
offer clients the resources to meet the diverse challenges of multiple -component
projects. RICK maintains divisions that focus on a wide variety of services, including
civil engineering; storm water resources; transportation and traffic engineering;
urban design and planning; Low Impact Development (LID) and Leadership in
Energy & Environmental Design (LEED); redevelopment; landscape architecture;
construction management services; surveying, mapping and photogrammetry; and
geographic information systems (GIS). This broad array of disciplines allows us to
provide comprehensive services that can be managed in-house to assure optimum
project quality and efficiency.
This "one stop shop" opportunity provides significant efficiencies and is essential to
maintaining schedules. We respond rapidly to project challenges with the benefit
of coordinating in-house personnel within minutes. Our range of resources includes
accomplished professionals in seven offices throughout California and Arizona.
Rick Engineering Company (RICK)
has provided drainage engineering
& construction documentation
services on over 100 similar
drainage projects involving storm
drains, culverts, & other water
conveyance structures.
ASSIGNED STAFF OVERVIEW
The RICK Team is comprised of highly qualified personnel, who have successfully worked together on similar projects. Our
team includes the following key personnel:
Mr. Donald Druse, PE, will serve as the Quality Assurance and Team Performance Manager. He began
his career at RICK in 1985 and is Principal -in -Charge of the San Luis Obispo office. His experience
includes projects within jurisdictions in Southern California and the Central Coast, including Santa
Clarita. He has managed a myriad of projects with components that include storm drain design; parking
and roadway design; public street improvements; including streets within Caltrans' jurisdiction and
projects that are federally funded. Mr. Druse will oversee all aspects of this project for quality control/
assurance.
Mr. Thomas Martin, PE, will serve as the Project Manager/Point of Contact for the project. He has
23 years of experience overseeing engineering projects for both public and private sector clients.
His experience includes ten years with public agencies. Mr. Martin has extensive design and project
management experience relating to stormwater, roadway improvements; parking lots and site plans,
intersection improvements for streets, utilities and urban design. Mr. Martin was Project Manager for
the civil design of the recently completed Valencia Library parking expansion.
Mr. Ryan Hayes, PE, is a Civil Engineer at RICK and will provide lead design services for the project. Mr.
Hayes has current and direct experience with both private and public improvement projects, including
employment with Caltrans as a design engineer and assistant inspector. Ryan served as the lead
designer for all RICK projects in the City of Santa Clarita, including the most recent Valencia Library
parking expansion project. Mr. Hayes also provides construction management expertise and his recent
application of federally funded projects was as the Construction Managerforthe ARRA-funded Grover
Beach West Grand Avenue Streetscape and Morro Bay North Main Bike Lane projects.
Storm Drain & Culvert Upgrades at Five Locations (CIP No. 140002)
Qualifications of Firm & Staff Continued
Mr. Brendan Hastie, PE, will manage all hydrology, hydraulic, drainage, and LID aspects that may
be included in this project. He is experienced in a wide range of water resources projects including
hydrologic and hydraulic analysis, drainage design, flood plain studies, erosion and sediment control,
hydromodification management, Low Impact Development, and water quality treatment facilities.
He has prepared and processed projects through various municipal agencies throughout California,
including the Cities of Paso Robles, San Diego, and Chula Vista, as well as other public agencies such as
the Port of San Diego, State Water Quality Control Board, Army Corps of Engineers, Natural Resources
Conservation Service, CALTRANS, and FEMA.
Mr. Frank Lopez, PE, will be responsible for all hydrology and hydraulic design for this project. Mr.
Lopez has prepared preliminary design and final design studies for various public works drainage
projects throughout Los Angeles County and California in general. He has made presentations to
various APWA audiences as an expert in the area of hydromodification, a component to new Storm
Water Management requirements.
Mr. Pete Moreci, PLS, will be responsible for surveying and mapping services, including field surveying,
topographic mapping, and utility locating. Mr. Moreci has 15 years of experience overseeing surveying
projects for both private and public agencies on the Central Coast. His experience includes topographic
and other field surveying, construction staking and mapping efforts, related to numerous public
projects. His responsibilities include the preparation of parcel maps, final maps, records of survey,
topographic maps, ALTA maps, and boundary and construction surveys.
SUBCONSULTANTS
RICK has historically teamed with Pinnacle Land Surveying, a local, highly -qualified surveying consultant, for projects in the
Santa Clarita area. At the City's discretion, we will either provide these services in-house or contract with Pinnacle. Please
refer to Section 5: Subconsultants for additional information about the firm's qualifications.
ORGANIZATION CHART
Don Druse PE
PRINCIPAL -IN -CHARGE
QUALITY ASSURANCE/CONTROL
Brendan Hastie PE, LEEDA
Frank Lopez PE, QSD/P
• WATER RESOURCES
The consultant must have the
necessary organization or have
the ability to obtain and to
manage them (including any
subcontractor arrangements).
Tom Martin PE
PROJECT MANAGER
CITY POINT -OF -CONTACT
Ryan Hayes PEI I Pete Moreci PLS
CIVIL ENGINEERING • SURVEYING/MAPPING
Danny Davis PLs
ALTERNATE SURVEYING/MAPPING
SUPPORT
PROJECT TEAM RESUMES
Resumes for the proposed team members have been provided in the following pages.
Storm Drain & Culvert Upgrades at Five Locations (Clv No. N0002( 5
Qualiflcat Ions of Firm & Staff Continued
DON DRUSE PE
Rick Engineering Company
EDUCATION
PROJECT ROLE
BS, Civil Engineering, 1985, California State University, Chico
Principal -in -Charge/ Quality Assurance/Control
PROFESSIONAL REGISTRATIONS
YEARS OF EXPERIENCE
Registered Civil Engineer, California, # 44519
28
6
SUMMARY OF EXPERIENCE
Donald Druse is a Principal and Branch Managerof the San Luis Obispo office of Rick Engineering Company. He manages a staff of designers,
engineers and land surveyors whose responsibilities include the preparation of preliminary studies, surveys, master infrastructure plans,
development estimates, as well as construction plans, and specifications. Don began his career at Rick Engineering Company in 1985
and manages a variety of public works projects that include transportation and roadway engineering components. Don has 28 years of
experience in designing and managing projects that included street, roadway, drainage and grading design and cost estimating. These
improvement projects included preliminary design and estimating as well as PS&Es.
A few of Don's Storm Drain, Culvert, and Other Drainage Infrastructure Projects include:
• FEMA Project Consultation Services, Santa Clarita, CA
• Newhall Metrolink Expansion & Community Park, Santa Clarita, CA
• Sewer Improvement Project, City of Santa Clarita, CA
• Santa Clarita Library Parking Lot Expansion, Santa Clarita, CA
• Valencia Town Center Expansion, Westfield Corporation, Santa Clarita, CA
• Turtle Creek Pathway & Stormwater Project, Paso Robles, CA
• FEMA National Flood Insurance Program Project Assistance, Paso Robles, CA
• Charolais Corridor Trail & Restoration Project, Paso Robles, CA
• South River Road Multi -Purpose Trail, Paso Robles, CA
• Scott Street Widening & Street Parking Project, Paso Robles, CA
• Gonzales Master Drainage Plan, Gonzales, CA
• West Grand Avenue Streetscape (ARRA Funded), Grover Beach, CA
• Grover Beach Train Station Expansion, Grover Beach, CA
• Downtown Project, Grover Beach, CA
• Moonstone Beach Bridge Replacement, Cambria, CA
• Los Osos Waste Water Collection Project, Los Osos, County of San Luis Obispo, CA
• Mid -Town Site Restoration Project, County of SLO, Los Osos, CA
• Main Street 101 Interchange, County of SLO, Templeton, CA
• Calle Joaquin, County of San Luis Obispo, CA
• Menefee Lake Detention and Trail System, Riverside County
• Old Coach Road Culvert Crossing & Storm Drain Improvements, San Diego, CA
• Balboa Park Storm Drain Restoration Project, San Diego, CA
• Genesee Avenue Widening, San Diego, CA
• Olympic Parkway Sewer Upgrade, San Diego, CA
• Old Coach Road Realignment, San Diego, CA
• Harbor Drive Sewer Line, San Diego, CA
• General Atomics Storm Drain Inspection Project, San Diego, CA
• Espola Road Storm Drain Crossing, San Diego, CA
• Eastlake/ Otay Lake Infiltration Basin, Chula Vista, CA
• Poggi Canyon Restoration Project, Chula Vista, CA
• Otay Lakes Road Storm Drain Crossing, Chula Vista, CA
• West Covina Shoppingtown Expansion & Offsite Improvements, Westfield Corporation, City of West Covina, CA
• Westfield Eastland Shopping Center East, Westfield Corporation, West Covina, CA
• Westfield Eastland Shopping Center West, Westfield Corporation, West Covina, CA
• Westfield New Century Plan Water Infrastructure Analysis, Century City, CA
• Westfield Offsite Street Widening & (33) Intersection Improvements Project, Canoga Park, Los Angeles, CA
PROFESSIONAL MEMBERSHIPS
American Council of Engineering Companies (ACEC) —Secretary/
Home Builders Association of the Central Coast (HBACC)
Treasurer
American Public Works Association (APWA)
American Society of Civil Engineers (ASCE)
National Complete Streets Coalition, Bronze Member
Storm Drain & Culvert Upgrades at Five Locations (CIP No. N0002)
6
qualifications of Firm & Staff Continued
TOM MARTIN PE
Rick Engineering Company
PROJECT ROLE
Project Manager/ Point -of -Contact
TEARS OF EXPERIENCE
22
EDUCATION
BS, Civil Engineering, 1991, Old Dominion University
PROFESSIONAL REGISTRATIONS
Registered Civil Engineer, California, q 64222
SUMMARY OF EXPERIENCE
Mr. Thomas Martin is a Principal Project Engineer at the San Luis Obispo office of Rick Engineering Company and will provide Project
Station Analysis/Review. He has 22 years of experience overseeing engineering projects for both public and private sector clients and has
served as a resident engineer on federally funded construction management projects. Tom has worked in the San Luis Obispo area for
13 years, including employment with Caltrans (District 5) and currently in the private sector. Prior to San Luis Obispo, Tom worked in San
Diego, CA and Seattle, WA in both the private and public sectors.
A few of Tom's Storm Drain, Culvert, and Other Drainage Infrastructure Projects include:
• FEMA Project Consultation Services, Santa Clarita, CA
• Newhall Metrolink Expansion & Community Park, Santa Clarita, CA
• Sewer Improvement Project, City of Santa Clarita, CA
• Santa Clarita Library Parking Lot Expansion, Santa Clarita, CA
• Valencia Town Center Expansion, Westfield Corporation, Santa Clarita, CA
• Turtle Creek Pathway & Stormwater Project, Paso Robles, CA
• Charolais Corridor Trail & Restoration Project, Paso Robles, CA
• River Road Preliminary Design Report (PDR), Paso Robles, CA
• South River Road Multi -Purpose Trail, Paso Robles, CA
• Scott Street Widening & Street Parking Project, Paso Robles, CA
• West Grand Avenue Streetscape (ARRA Funded), Grover Beach, CA
• Grover Beach Train Station Expansion, Grover Beach, CA
• Downtown Project, Grover Beach, CA
• Mid -Town Site Restoration Project, County of SLO, Los Osos, CA
• Willow Road/Pomeroy Road Intersection, County of San Luis Obispo, CA
• Storm Drain Realignments — Cal Poly Engineering IV, San Luis Obispo, CA
• Utility Improvements — Cal Poly State University, San Luis Obispo, CA
• South Broad Street Corridor Plan, San Luis Obispo, CA
• Paloma Creek Culvert Extensions, EI Camino Real, City of Atascadero, CA
• Sewer and Water Extension Project, City of Atascadero, CA
• PS&E for Atascadero Downtown Enhancement Plan, Atascadero, CA
• Downtown Streetscape Phase III (ARRA funded), Atascadero, CA
• Downtown Streetscape, Phases IIA & IIB, Atascadero, CA
• Interchange Analysis, City of Atascadero, CA
• Santa Barbara Road and EI Camino Real, City of Atascadero, CA
• Woodridge Offsite Improvements, City of Atascadero, CA
• Garvey Avenue Improvements, West Covina, CA
• Westfield Corporation The Village at Westfield Topanga Offsite & Intersection Improvements, City of Los Angeles, CA
• Westfield Corporation West Covina Shoppingtown Expansion, West Covina, CA
• Moonstone Beach Bridge Replacement, Cambria, CA
• North Main Street Bike Lane (ARRA funded), Morro Bay, CA
• Safe Routes to School Railroad Crossing, San Miguel, CA
PROFESSIONAL MEMBERSHIPS
American Society of Civil Engineers (ASCE) — President
Home Builders Association of the Central Coast (HBACC) —Government Affairs Committee
American Public Works Association (APWA)
American Council of Engineering Companies (ACEC)
Habitat for Humanity of SLO County — Past Chair, Site Acquisition Committee
Storm Drain & Culvert Upgrades at Five Locations (CIP No. N0002)
Qualifications of Firm &. Staff Continued _
RYAN HAYES PE
Rick Engineering Company
PROJECT ROLE
Project Engineer
YEARS OF EXPERIENCE
12
EDUCATION
BS, Civil Engineering, 2001, Cal Poly — San Luis Obispo
PROFESSIONAL REGISTRATIONS
Registered Civil Engineer, California, p 66942
SUMMARY OF EXPERIENCE
Ryan Hayes is a Project Engineer in the San Luis Obispo office of Rick Engineering Company. His duties include civil and traffic engineering
on a wide variety of projects including public agency projects, ARRA funded projects, and multiple commercial and residential
developments. His traffic engineering responsibilities include traffic modeling, signal design and optimization, and traffic reports. He
is involved with all aspects of civil engineering design, including preliminary through final design, projects specifications, and estimated
construction costs.
A few of Ryan's Storm Drain, Culvert, and Other Drainage Infrastructure Projects include:
• FEMA Project Consultation Services, Santa Clarita, CA
• Newhall Metrolink Expansion & Community Park, Santa Clarita, CA
• Santa Clarita Library Parking Lot Expansion, Santa Clarita, CA
• Valencia Town Center Expansion, Westfield Corporation, Santa Clarita, CA
• Turtle Creek Pathway & Stormwater Project, Paso Robles, CA
• Charolais Corridor Trail & Restoration Project, Paso Robles, CA
• Scott Street Widening & Street Parking Project, Paso Robles, CA
• South River Road Multi -Purpose Trail, Paso Robles, CA
• Mid -Town Site Restoration Project, County of SLO, Los Osos, CA
• West Grand Avenue Streetscape (ARRA Funded), Grover Beach, CA
• Downtown Project, Grover Beach, CA
• Downtown Streetscape Phase III (ARRA funded), Atascadero, CA
• Downtown Streetscape, Phases IIA & IIB, Atascadero, CA
• West Covina Shoppingtown Expansion & Offsite Improvements, Westfield Corporation, City of West Covina, CA
• Westfield Eastland Chase Bank, Westfield Corporation, City of West Covina, CA
• Westfield Eastland Shopping Center, Westfield Corporation, City of West Covina, CA
PROFESSIONAL MEMBERSHIPS
American Society of Civil Engineers (ASCE), Secretary
SLO Green Build Member
Storm Drain & Culvert Upgrades at Five Locations (CIP No. N0002)
Quallf[cations of Firm & Staff Continued
BRENDAN HASTIE PE, LEEDAP
Rick Engineering Company
PROJECT ROLE
Hydrology/Hydraulics, Drainage, LID
YEARS OF EXPERIENCE
13
SUMMARY OF EXPERIENCE
EDUCATION
BS, Civil Engineering, 2000, Penn State University
PROFESSIONAL REGISTRATIONS
Registered Civil Engineer, California, # 65809
LEED Accredited Professional
Brendan Hastie is a Principal Project Engineer at Rick Engineering Company. He manages a design team for preparing hydrologic, hydraulic,
and water quality treatment analyses and design. Mr. Hastie has experience in a wide range of water resources projects including
hydrologic and hydraulic analysis, drainage design, flood plain studies, erosion and sediment control, hydromodification management,
low impact development, and water quality treatment facilities. His experience providing water resource services extends across both
Land Development and Public Works projects. He has prepared and processed projects through various municipal agencies throughout
the San Diego region, resource agencies including the State Water Quality Control Board (SWQCB), the Army Corps of Engineers (USAGE),
the Natural Resources Conservation Service (NRCS), CALTRANS, and the Federal Emergency Management Agency (FEMA). He is very
familiar with NPDES requirements, and has successfully integrated sustainable design features from planning stages through construction,
meeting the most rigorous storm water management requirements into projects of all types throughout California.
Afew of Brendan's Storm Drain, Culvert, and Other Drainage Infrastructure Projects include:
• CMP Storm Drain Assessment Study — Lemon Grove, CA
• Community Rating System and Floodplain Management Plan — San Diego, CA
• Paso Robles FEMA NFIP Services — Paso Robles, CA
• County of San Diego On Call Review of Development -Specific Hydromodification Management Reports - San Diego, CA
• City of Chula Vista On -Call Review of Development -Specific Hydromodification Management Reports —Chula Vista, CA
• East Los Coches Drainage Improvements —San Diego, CA
• Emergency Watershed Protection/Drainage Improvement Projects - San Diego, CA
• GIS -Based Master Drainage Plan for SDA -7 —Alpine, CA
• L -Ditch Off -Site Drainage Improvements — Chula Vista, CA
• McClellan -Palomar Airport Underground Water Quality Treatment Facility, Carlsbad, CA
• Ruxton Avenue Channel Restoration —San Diego, CA
• Streambank Stabilization Project for Ephemeral Tributary to Rattlesnake Creek— Poway, CA
• Wing Avenue Flood Control Improvements — San Diego, CA
• Water Quality Basin at Woodside Avenue —County of San Diego, CA
• Via De La Valle Widening and EI Camino Real Widening (Sea Country Lane to San Dieguito Road) —San Diego, CA
• Miramar Water Treatment Plant Upgrade and Expansion -San Diego, CA
• Navy Housing and Amenity Buildings — China Lake, Lemoore, Point Mugu, and Port Hueneme, CA
• Palomar Airport Terminal Redevelopment Project — Carlsbad,CA
• FallbrookCommunityAirpark— Fallbrook,CA
• Veteran's Park on Navy Pier—San Diego, CA
PROFESSIONAL MEMBERSHIPS
Urban Land Institute (ULI)
Storm Drain & Culvert Upgrades at Five Locations (CIP No. N0002)
Qualifications of Firm & Staff Continued
FRANK LOPEZ PE, QSD/P
Rick Engineering Company
EDUCATION
BS, Civil Engineering, 2004, San Diego State University
PROJECT ROLE
Hydrology/Hydraulics, Drainage, LID
PROFESSIONAL REGISTRATIONS
Registered Civil Engineer, California, # 74581
YEARS OF EXPERIENCE
Qualified SWPPP Developer (QSD)/ Qualified SWPPP Practitioner (QSP), # 00251
9
SUMMARY OF EXPERIENCE
Mr. Frank Lopez is a Water Resources Project Manager in the San Luis Obispo office of Rick Engineering Company. His duties consist of
managing water resources projects and providing Hydrologic, Hydraulic, and Water Quality knowledge as it pertains to the private and
public sector. Mr. Lopez has experience in a wide range of water resources projects including hydrologic and hydraulic analyses, drainage
design, floodplain analysis, and water quality LID Design. He has designed storm water conveyance structures, detention and water
quality basins, erosion protection, water quality and flow control facilities. He currently serves on the TAC for the County of San Luis
Obispo providing his expertise in stormwater management and hydromodification.
Mr. Lopez has prepared and processed projects through various municipal agencies throughout the County of Sacramento, County of San
Diego, County of Los Angeles, City of Los Angeles, City of Santa Clarita, City of Bakersfield, the Federal Emergency Management Agency
(FEMA), and CALTRANS.
A few of Frank's Storm Drain, Culvert, and Other Drainage Infrastructure Projects include:
• FEMA Consultation for Project Assistance, Santa Clarita, CA
• Newhall Metrolink Parking Lot Expansion, Santa Clarita, CA
• Valencia Town Center Expansion, Westfield Corporation, Santa Clarita, CA
• Santa Clarita Library Parking Lot Expansion, Santa Clarita, CA
• Allan Hancock College Public Safety Complex Water Quality and Detention Basin System, Lompoc, CA
• Bettencourt Residence, Avila Beach, CA
• FEMA Consultation for Project Assistance, Paso Robles, CA
• South River Road Multi -Purpose Trail, Paso Robles, CA
• Turtle Creek Pathway & Stormwater Project, Paso Robles, CA
• Urban Sustainability Area (USA) Project, Paso Robles, CA
• Charolais Corridor Trail & Restoration Project, Paso Robles, CA
• City of Gonzales Master Drainage Plan, Gonzales, CA
• Mid -Town Site Restoration Project, County of SLO, Los Osos, CA
• NPDES Phase II Storm Water Management Program, County of San Luis Obispo, CA
• West Grand Avenue Streetscape (ARRA funded), Grover Beach, CA
• Emergency Watershed Protection Projects, San Diego, CA
• Marine Corps Air Station -Miramar Family Housing, San Diego, CA
• Meadowood Development, San Diego County, CA
• Fanita, Santee, CA
• Ivy Street Bridge, Murrieta, CA
• Forest Meadows Offsite Improvements, Calaveras County, CA
• Oak Valley Subdivision, Rancho Cordova, CA
• McMillin Tuscany Tract 7027, Bakersfield, CA
• Shea Homes Trilogy Central Coast, Nipomo, CA
• Westfield West Covina Mall, West Covina, CA
PROFESSIONAL MEMBERSHIPS
County San Luis Obispo Technical Advisory Committee (TAC) on Hydromodification
Central Coast Joint Effort Review Team (JERT) on Post -Construction Requirements
Society of Hispanic Professional Engineers (SHPE)
American Society of Civil Engineers (ASCE), Associate Member
American Public Works Association (APWA), Monterey Bay Chapter, (Vice President)
Storm Drain & Culvert Upgrades at Five locations (CIP No. N0002) 10
Qualifications of Firm & Staff Continued
PETE MORECI PLs
Rick Engineering Company
EDUCATION
PROJECT ROLE
History Major, California Polytechnic State University, San Luis Obispo
Surveying/Mapping
PROFESSIONAL REGISTRATIONS
YEARS OF EXPERIENCE
Registered Land Surveyor, California, # 8372
14
SUMMARY OF EXPERIENCE
Peter Moreci is a Project Manager in the Survey Department of the San Luis Obispo office of Rick Engineering Company. He is an
experienced Project Manager and has many years of experience as a field surveyor and overseeing surveying projects for public and
private sector clients. Peter is responsible for coordinating all aspects of field surveys, mapping, and boundary resolution. He is an
experienced project estimator and has many years of experience as a field construction Surveyor.
A few of Pete's Public Works Infrastructure Projects include:
• Valencia Town Center Expansion, Westfield Corporation, Santa Clarita, CA
• West Grand Avenue Streetscape (ARRA Funded), Grover Beach, CA
• Grover Beach Train Station Expansion, Grover Beach, CA
• Downtown Project, Grover Beach, CA
• Avila Beach Remediation, Avila Beach, CA
• Turtle Creek Pathway & Stormwater Project, Paso Robles, CA
• River Road Preliminary Design Report (PDR), Paso Robles, CA
• South River Road Multi -Purpose Trail, Paso Robles, CA
• Charolais Corridor Trail & Restoration Project, Paso Robles, CA
• Scott Street Widening & Street Parking Project, Paso Robles, CA
• Bridge Replacement Project, Camp San Luis and Camp Robert, CA
• Highland Pump Station, San Luis Obispo, CA
• Tank Farm Road Sewer Project, San Luis Obispo, CA
• Cal Poly Engineering IV, San Luis Obispo, CA
• Cal Poly, Performing Arts Center, San Luis Obispo, CA
• California Polytechnic Parking Structure, San Luis Obispo, CA
• Camp San Luis Bridges, San Luis Obispo, CA
• County Government Center, San Luis Obispo, CA
• Downtown Streetscape Phase III (ARRA funded), Atascadero, CA
• Downtown Streetscape, Phases IIA & IIB, Atascadero, CA
• The Villages at Dove Creek, Atascadero, CA
• Highway 166 Santa Maria River Bridge, Santa Maria, CA
• Santa Maria Valley Sumps, Santa Maria, CA
• Safe -Routes -to -School Railroad Crossing, San Miguel, CA
• Shea Homes Trilogy Community Center, Nipomo, CA
• Panama Buena Vista Unified School District, Bakersfield, CA
• University Centre, Office Complex & Amphitheater, Bakersfield, CA
• West Covina Shoppingtown Expansion & Offsite Improvements, Westfield Corporation, West Covina, CA
• Westfield Eastland Chase Bank, Westfield Corporation, West Covina, CA
• Westfield Eastland Shopping Center East, Westfield Corporation, West Covina, CA
• Westfield Eastland Shopping Center West, Westfield Corporation, West Covina, CA
• Westfield Offsite Street Widening & (33) Intersection Improvements Project, Canoga Park, Los Angeles, CA
PROFESSIONAL MEMBERSHIPS
California Land Surveyors Association (CLSA)
Storm Drain & Culvert Upgrades at Five Locations (CIP No. N0002) 21
qualifications of Firm,&._Staff Continued _ _ PINNACLE LAND
— -- ._.....-.. SURVEYING)
INC.
DANNY DAVIS PLS
Pinnacle Land Surveying
PROJECT ROLE PROFESSIONAL REGISTRATIONS
Surveying/Mapping, As Needed Registered Land Surveyor, California, # 7586
YEARS OF EXPERIENCE
25
SUMMARY OF EXPERIENCE
Danny Davis is the Principal of Pinnacle Land Surveying, inc. The majority of his experience lies in hillside subdivision, construction,
boundary and topographic surveys A few of Mr. Davis' representative projects include:
• Provided construction surveying for the Peaker Edison Power Plant in Rancho Cucamonga and are currently working on several
water treatment plants throughout the Southland and Bakersfield. These projects require high accuracy standards while being
performed under active and restrictive working conditions.
• RiverVillage in Valencia for Newhall Land and Farming will connect Newhall Ranch Road to Golden Valley Road and required the
construction of a 4lane bridge over an existing DWP waterline as well as one mile of soil cement river bank protection and the re-
alignment of CLW9s Hanby waterline. Pinnacle is involved in several Castaic Lake Water Agency projects including the Sand Canyon
Reservoir design survey and The Old Rd. waterline re -alignment.
• Golden Valley Ranch for PacSun is a 7.5 million yard grading job for retail and residential use. Complicated geological issues
necessitate several million yard -plus buttresses with hundreds of soldier piles to protect the Antelope Valley Freeway.
• Los Valles in Castaic for Palmer Investments is a 10 million yard hillside grading job that will create 210 custom residential lots within
an Arnold Palmer Design 18 -hole golf course.
• Pinnacle is working on several residential projects in the Antelope Valley with major road improvements and soil cement river bank
protection. This includes Ritter Ranch in Palmdale, a 7200 lot master planned hillside Community with over four miles of full width
road improvements along Elizabeth Lake Road.
• Pinnacle is working with the City of Santa Clarita on several projects including the Golden Valley Road Bridge project over the Santa
Clara River, a bike path just south of the subject bridge and the Lyons Ave Library. Some of the contacts are Robert Newman, Kris
Markarian, Harry Corder, Evan Aldridge and John Spalioni.
Storm Drain & Culvert Upgrades at Five Locations (CIP No. N0001) 12
Qualifications of Firm & Staff Continued
BRIEF COMPANY HISTORY OF COMPARABLE WORK
Our experience with Public Works projects is extensive and includes work with
,
the City of Santa Clarita. We are fully versed in the latest storm water and water
quality regulations, and have become leaders in this field, conducting seminars on
The consultant must have the
the subject for local agencies and municipalities. We are well aware of the nuances
necessary experience, technical
qualifications, skills, and facilities
and budgetary processes related to public works design and construction. We have
or have the ability to obtain and
conducted public input processes that have educated the public about the goals
to manage them (including any
and process of project development, and energized them to participate in, and
subcontractor arrangements).
support, the ultimate plan.
The consultant must have
demonstrated experience
We believe the best way to show our relevant experience is to profile projects that
performing the type of
share similarities with this project. We have selected a number of key assignments
professional services requested.
that demonstrate our ability to provide the range of technical expertise the City is
The consultant must have a
seeking, and our history for responding to challenges with varying complexity. We
satisfactory record of contractual
performance.
encourage the City to contact the clients referenced in this proposal for further
information regarding our qualifications and experience.
The RICK Team has worked on a variety of urban design and planning projects with a broad range of scale and scope. The following is
a brief, but representative, list of projects completed by our team members and the agencies they have worked with. As shown below,
the RICK Team proposed for this project has a long history of successful collaboration with public agencies on planning, designing and
working in an urban environment.
• Turtle Creek Pathway & Scott Street Stormwater Project, Paso
Robles, CA
• City of Gonzales Master Drainage Plan, Gonzales, CA
• CMP Storm Drain Assessment Study, Lemon Grove, CA
• Chula Vista Bayfront Storm Drain, Detention Facilities, &
Water Infrastructure Design, Chula Vista, CA
• Eastern Urban Center (EUC) Hydrologic & Hydraulic Studies
for Storm Drain Improvements, Chula Vista, CA
• City of San Diego's Programmatic EIR for Storm Drain &
Channel Maintenance, San Diego, CA
• Mission Beach Drainage Upgrade and Street/Storm Drain
Improvements, San Diego, CA
• Black Mountain Ranch Sewer, Storm Drain, & Water
Infrastructure Design, San Diego, CA
• Sabre Springs Sewer, Storm Drain, & Water Infrastructure
Design, San Diego, CA
• Shaw Lorenz Sewer, Storm Drain, & Water Infrastructure
Design, San Diego, CA
• Telegraph Canyon Road Storm Drain Design, Chula Vista, CA
• Ocean Beach Master Drainage Plan, San Diego, CA
• City of Carlsbad GIS -Based Master Drainage Plan & Regional
BMP Feasibility Study, Carlsbad, CA
• City of EI Cajon Downtown Specific Plan Study Area Existing
Condition Master Drainage Plan, EI Cajon, CA
• Master Drainage Plan (MDP) for San Diego County SDA -1,
SDA -3, SDA -7, SDA -B, & SDA -10, San Diego, CA
• Menifee Valley Area Drainage Plan, Menifee, CA
• Perris Valley Area Master Drainage Plan, Perris, CA
• East Otay Mesa Master Drainage Plan, San Diego, CA
• Eden Valley Master Drainage Plan, Riverside, CA
• Encinitas Creek Master Drainage Plan, Encinitas, CA
• City of Vista Master Drainage Plan, Vista, CA
• Bureau of Indian Affairs Culvert Improvement Investigation,
San Diego, CA
• Calavo Drive Drainage Improvements, San Diego, CA
• Coast Highway 101 Drainage Study, Encinitas, CA
• County of San Diego Drainage Design Manual, San Diego, CA
• EI Dorado Shopping Center HEC -1 and HEC -2 Drainage
Analysis, San Diego, CA
• East Los Caches Storm Drain/Drainage Improvements, San
Diego, CA
• Imperial Avenue Redevelopment Hydrologic Study & Water
Infrastructure Design, San Diego, CA
• Alpine Boulevard Drainage Improvements, San Diego, CA
• Arroyo del Toro Channel Improvements, Murrieta, CA
• Romeria Street Channel Improvements, Carlsbad, CA
• La Costa Avenue Slope Failure Repair, Carlsbad, CA
• Calle Gavanzo Subdrain Improvements, Carlsbad, CA
• Park Drive Retaining Wall Design Report, Carlsbad, CA
• Kelly Drive Hydraulic Analysis & Channel Repair, Carlsbad, CA
• Harbison Canyon Road Emergency Drainage Improvements,
San Diego, CA
• Hillsdale Road Emergency Drainage Improvements, San Diego, CA
• Millar Ranch Roach Emergency Drainage Improvements, San
Diego, CA
• Trabuco & Monroe Intersection & Drainage Improvements,
Irvine, CA
• La Cresta Road Emergency Drainage Improvements, San Diego, CA
• Lakes at Menifee Drainage & Flood Control Studies, Menifee, CA
• Old Coach Drainage & Culvert Improvements, San Diego, CA
• Ruxton Avenue Channel Improvements, San Diego, CA
• San Marcos Creek Hydraulic Modeling, San Marcos, CA
• San Vicente Avenue Drainage Improvements, San Diego, CA
Storm Drain & Culvert Upgrades at Five Locations (CIP No. N00021 13
Qualifications of Firm & Staff Continued
CITY OF SANTA CLARITA: FIVE LOCATIONS STORM DRAIN PRE -DISASTER MITIGATION GRANT
CLIENT
City of Santa Clarita
Mr. Hoon Hahn, T: (661) 255-4953
Ms. Debbie O'Leary, T: (661) 286-4130
COMPLETION DATE
2013
SUMMARY OF EXPERIENCE
KEY COMPONENTS
- Engineering
- Water Resources
- Grant Preparation and Coordination
RICK was contracted from 2011-2103 to provide consulting services to the City
of Santa Clarita for a California Emergency Management Agency (Cal EMA) Pre -
Disaster Mitigation (PDM) Grant. The project was initiated to correct roadway
flooding issues within five key locations throughout the City. The City's objective
is to increase driver safety and conveyance of stormwater, while decreasing the
need for roadway closure, maintenance, and property damage. Under current
conditions, storm events damage the roadway and/or create significant traffic
congestion within these important transportation corridors.
RICK worked closely with the City to prepare supporting documentation for the
grant application, which included:
• Site evaluation of the existing condition.
• Drainage analysis to understand the hydrologic and hydraulic. conditions.
• Design concepts.
• Cost estimates.
In addition, RICK assisted with preparation of the Sub -grant Project Application
and corresponding FEMA Benefit -Cost Analysis (BCA) using FEMA software.
Through close collaboration, the City and RICK met the requirements of FEMA and
Cal-EMA, securing federal funds for the Construction of Storm Drain and Culvert
Upgrades at Five Locations (No. N0002) project.
KEY PERSONNEL
Don Druse, PE, Principal -in -Charge
Tom Martin, PE, Project Manager
Frank Lopez, PE, QSD/P, Water Resources
Ryan Hayes, PE, Civil Engineering
Location #1 - Wiley Canyon Road
6.
Location #4 - Sierra Highway
Storm Drain & Culvert Upgrades at Five Locations (CIP No. N0002) 14
Qualifications of Firm & Staff Continued
CITY OF SANTA CLARITA:
VALENCIA LIBRARY PARKING EXPANSION & DRAINAGE IMPROVEMENTS
CLIENT
City of Santa Clarita
KEY COMPONENTS
Mr. Hoon Hahn, T: (661) 255-4953
- Engineering
Ms. Tara Concepcion, T: (661) 255-4342
_ Water Resources
COMPLETION DATE
- Landscape Architecture
2013
SUMMARY OF EXPERIENCE
The City of Santa Clarita awarded RICK the Valencia Library Parking Expansion
Project for engineering, water resources, and landscape architecture services.
The project included the expansion of the existing parking lot that serves the
Valencia Library.
The parking lot expansion project includes Low Impact Development (LID) design
to meet the County of Los Angeles water quality and LID requirements. The
proposed site does not contain an existing storm drain infrastructure; runoff from
the existing parking lot is allowed to flow overland across a landscape slope, where
it finally discharges into the street gutter. The proposed design includes expanding
the existing parking lot and directing the runoff to a bioretention facility, which
runs along the perimeter of the parking lot. Peak flows will discharge to a curb
outlet and enter the street gutter.
The bioretention facility has also been designed in accordance with Los Angeles
County Stormwater BMP Design and Maintenance Manual. The bioretention area
will be vegetated (i.e. landscaped) within a shallow depression and allow storage,
infiltration, and evapotranspiration for the design storm 85th percentile. The LID
facility will remove pollutants, generated by the existing (and expanded) parking
lot, by filtering stormwater through plants that are adapted to the local climate
and soil moisture conditions and an engineered soil mix.
KEY PERSONNEL
Don Druse, PE, Principal -in -Charge
Tom Martin, PE, Project Manager
Frank Lopez, PE, QSD/P, Water Resources
Brandon Medeiros, PLA, Urban Planning/Landscape
Architecture
Storm Drain & Culvert upgrades at Five Locations (CIP No. N0002) 15
Qualifications of Firm & Staff Continued
CITY OF SANTA CLARITA:
NEWHALL METROLINK EXPANSION, DRAINAGE & COMMUNITY PARK PROJECT
CLIENT
KEY COMPONENTS
City of Santa Clarita
— Engineering
Mr. Hoon Hahn, T., (661) 255-4953
— Water Resources
COMPLETION DATE
— Landscape Architecture
2013
— Surveying
SUMMARY OF EXPERIENCE
The Cityof Santa Clarita awarded RICK Engineering Companythe Newhall Metrolink
Expansion & Community Park Project for engineering, landscape architecture,
water resources and survey services. The project included the expansion of the
existing parking lot that serves both the Santa Clarita Community Center and
adjacent Metrolink station. Also included in the project was the development of
a Community Park for outdoor educational and recreation opportunities for the
Community Center providing benches and trash furnishings, picnic tables, shade
trees and a drought tolerant plant palette.
The parking lot expansion provided Low Impact Development (LID) design to meet
the County of Los Angeles water quality and LID requirements. The proposed site
has been designed to employ pervious pavement within the parking stalls and
a bioretention area to treat and infiltrate runoff from an existing parking lot. A
bioretention area has also been designed in accordance with Los Angeles County
Stormwater BMP Design and Maintenance Manual. The LID facility will remove
pollutants, generated by an existing parking lot, by filtering stormwater through
plants that are adapted to the local climate and soil moisture conditions and an
engineered soil mix.
KEY PERSONNEL
Don Cruse, PE, Principal -in -Charge
Tom Martin, PE, Project Manager
Frank Lopez, PE, RSD/P, Water Resources
Brandon Medeiros, PLA, Urban Planning/Landscape
Architecture
Pete Moreci, PLS, Surveying
Storm Drain & Culvert Upgrades at Five Locations (CIP No. N0002) 16
Qualifications ofFirm & Staff Continued
CITY OF PASO ROBLES: TURTLE CREEK PATHWAY & SCOTT STREET STORMWATER PROJECT
CLIENT
City of Paso Robles
KEY COMPONENTS
Ms. Ditas Esperanza, T: (805) 237-3861
— Engineering
— Water Resources
COMPLETION DATE
— Surveying
On -Going
SUMMARY OF EXPERIENCE
The Turtle Creek Pathway & Scott Street Stormwater Project consists of upgrading
existing facilities in Paso Robles. Turtle Creek Park is a linear park that contains a
seasonal creek and required removing the existing asphalt sidewalk and replacing
it with approximately a half mile of new concrete sidewalk. Minor grading was
necessary to protect the existing oak trees and to upgrade the ADA facilities to
comply with ADA requirements.
Scott Street was improved to replace approximately 250 lineal feet section on
the south side of the street, between Commerce Way and Camino Lobo that had
no curbs, gutters, or sidewalks. The improvements included grading, upgrading
the existing culvert and storm drain inlet, relocating existing utility vaults and the
installation of curbs and gutters and ADA compliant sidewalk and ramps providing
a safe and accessible link to Sherwood Park, Sierra Bonita Senior Subdivision and
City's Senior Center. Also included was the development of angle parking spaces
that is utilized by the community for access to the City Dog Park.
As part of both projects, RICK provided additional information as needed to
delineate the accurate 100 year flood zone for the pathways.
KEY PERSONNEL
Donald Druse, PE, Principal -in -Charge
Tom Martin, PE, Project Manager, Civil Engineering
Frank Lopez, PE, QSD/P, Hydrology & Hydraulics
Pete Moreci, PLS, Surveying & Mapping
Before
After
Storm Drain & Culvert Upgrades at Five Locations (CIP No. N0002) 17
qualifications of Firm & Staff Continued
COUNTY OF SAN DIEGO: EMERGENCY WATERSHED PROTECTION PROJECTS
CLIENT
County of San Diego
Mr. Cid Tesoro, T: (858) 694-3672
COMPLETION DATE
2006
KEY COMPONENTS
- Hydrologic Modeling
- Hydraulic Analysis
- Sediment Transport
- Plans, Specifications, and Cost
Estimates for retrofit drainage
improvements
- Surveying
SUMMARY OF EXPERIENCE
RICK prepared designs for emergency drainage improvements to protect homes
from silt -laden runoff from areas burned by wildfires. Through two rounds of
projects, a total of twenty-two (22) individual projects for locations throughout
the County of San Diego, each with unique requirements, were designed and
delivered on an accelerated schedule (the first round of fourteen in a two month
window). Minor drainage improvements included grass and concrete channels,
pipes, walls, and other structures, all designed to maintain a cleansing velocity
to prevent siltation and clogging by sediment. Major improvements included
culvert replacement and repairs and channel restoration along Harbison Canyon
and Forrester Creek, a 600 linear foot floodwall along San Vicente Creek, and
abandoning and replacing an entire roadway storm drain system.
Deliverables included hydrologic and hydraulic analyses, plans, specifications, and
cost estimates. Due to the emergency nature of the projects, which were needed
to protect homes during the extraordinary rainy season of 2004-2005 following
the wild fires of October 2003, Rick Engineering Company dedicated a team of five
water resources designers working full-time on the projects, as well as providing
surveyors and additional engineers as needed to support the core team.
KEY PERSONNEL
Dennis Bowling, PE, Principal -In -Charge
Jayne Janda-Timba, PE, To R, QSD/P, Project Manager
Brendan Hastie, PE, LEED AP, Project Engineer
Frank Lopez, PE, QSD/P, Project Engineer
Laura Henry, PE, Project Engineer
After
2005 AMERICAN PUBLIC WORKS
ASSOCIATION (APWA) SAN DIEGO
SECTION PROJECT OF THE YEAR
Storm Drain & Culvert Upgrades at Five Locations (CIP No. N0002) 2g
Qualifications of Firm & Staff Continued
COMPANY BROCHURE
Civil Engineering Services
Civil Engineering is the backbone of RICK. That was true in 1955 when the
Company was founded and it remains true today. Overthe past five decades,
land development has grown more complex as land supply has declined.
As we progress through the 21st Century, much of the developable real
estate that remains is often in rugged terrain where servicing difficulties
are common and off-site problems can handicap on-site opportunities.
Today especially, understanding and navigating the development approval
process is critical to success. So is familiarity with the highly technical issues
and state-of-the-art computer-based tools that are essential to modern
civil engineering. Our Civil Engineering Division can take a project through
planning and zoning, preliminary design, mapping/plotting, and ultimately
to the final design stage where the project is ready for bid and construction.
Thereafter, we provide construction support through plan clarification,
contractor and field surveyor coordination, and as -needed plan revision.
Transportation/Traffic Engineering Services
The Transportation and Traffic Division provides comprehensive services
to meet the needs of our clients, both in the private and public sectors.
The Division was established to offer clients a broad spectrum of traffic -
related services provided by specialized personnel working with the
latest technological methods available. The Transportation Division is
comprised of licensed civil and traffic engineers specializing in a wide
range of transportation -related planning and design services: Street and
Highway Design, Freeway Design, Interchange Design, Traffic Signals and
Lighting, Construction Traffic Control, Parking Analysis and Design, Signal
Timing and Coordination, Traffic Impact Studies, Traffic Capacity Analysis,
Geometric Alignment Studies, and Municipal Traffic Engineering Services.
Our comprehensive services are provided by staff with a broad range of
experience who are familiarwith local practice and agency requirements. In
addition, we utilize state-of-the-art computer equipment and software for
efficient plan production and study results. A partial list includes Highway
Capacity Manual Software (HCS), PASSER, MicroStation, and AutoCAD.
Water Resources Services
RICK has served as the Engineer -of -Work, preparing plans for best
management practices (BMPs) on many projects in Arizona. We have a
vast amount of experience in the design of storm water and water quality
improvement projects such as extended detention basins, infiltration
basins, biofiltration, catch basin inserts, in-line storm water treatment
devices, and oil/water separators. In addition to the final engineering
design for many of these projects, ou r fi rm is usually responsible for the pre -
design services. Pre -design services include hydrology studies to determine
runoff volumes and peak flow rates, as well as floodplain/floodway studies
to determine the best location for water quality improvements based
on project constraints. We regularly prepare hydraulic analyses of storm
water management facilities and channels emphasizing visual aesthetics,
environmental values, and recreational opportunities as well as water
quality and flood control protection.
Storm Drain & culvert Upgrades at Five Locations (CIP No. N0002) 19
Qualifications of Firm & Staff Continued
Surveying/Mapping Services
RICK's Surveying and Mapping Divisions have been providing support for
our many disciplines since the company's founding. The Survey Division is
comprised of multiple crews performing a wide variety of tasks. The field
crews are comprised of an experienced Party Chief with one ortwo additional
crewmembers trained to perform a multitude of tasks from initial boundary
location, aerial control and accuracy assessment surveys, topographic
surveys, to final site construction staking tasks. The field crews employ state
of the art survey equipment, including GPS Real Time Kinematic Systems, as
well as conventional total station instruments with electronic data storage
and handheld data collection devices. All equipment is fully compatible
with our integrated office CADD and coordinate geometry hardware and
software. The Mapping Division is comprised of professionals providing
the support for a combined total of 30 field crews, as well as providing
the research to determine boundaries, prepare Land Development Maps,
American Land Title Association (ALTA) Surveys, Records of Survey, right-
of-way surveys, legal descriptions and plats, encumbrance maps, final
construction surveying support, and interface with a multitude of agencies
to assure efficiency in the land development process.
Urban Design/Planning Services
The Urban Design and Planning Division is an integral part of RICK. The
Planning Division prepares plans and studies for residential, commercial,
industrial, recreational, and mixed-use developments. Because of the
diverse skills necessary for planning, staff members have both educational
training and years of experience in land use planning, architecture, landscape
architecture, civil engineering, and graphic arts. A majority of the staff has
also worked for public agencies; they have a firsthand understanding of
public involvement, development review, and political processes. In the
course of their work, the Planning Division staff regularly relies on the
capability and skills of personnel in other RICK divisions. This integration
of disciplines allows planning staff to call on specialists with expertise in
topographic mapping, terrain modeling and analysis, site development
engineering, flood control assessment, and utility routing. Capabilities
of the Division include: Feasibility Analyses, Opportunity and Constraints
Analyses, Community, Master, & Specific Plans, Planned Developments,
Lot Layout and Design, Redevelopment Planning, Plan Processing, Project
Coordination and Management, Implementation Programs, Public
Facility Phasing and Financing, Public Participation Programs, Engineering
Coordination, and Public Presentations.
Landscape Architecture Services
The Landscape Architecture Division offers a full range of landscape
architecture services. Our landscape architecture group has extensive
experience on park projects, land development projects, renovations, and
commercial/industrial projects. The combined experience of our landscape
architecture group will permit us to address and to resolve the many
challenges of various projects. All of our landscape architects have as their
mission to provide innovative design solutions that are responsive to the
objectives and requirements of the client and project. On each project
we strive to develop designs that are sensitive to both the user and the
environment.
Storm Drain & Culvert Upgrades at Five Locations (CIP No. N0002) 20
0
x
N
N
D
N
m
3
m
z
ti
The following work program outlines the proposed technical approach that
addresses the specific issues identified in this RFP. A description of the relationships
between these activities has been provided. The work program organization has
been created using the list of required items in the Request for Proposals dated
February 21, 2014. Please refer to the following project schedule (Item No. 4
below) as it provides a layout of the proposed time schedule for each task and
subtask described in the Work Statement.
WORK PROGRAM UNDERSTANDING
The outcome of the project will involve replacement and/or upgrade of existing
culverts at five locations. Preliminary design sketches for each location are provided
in the attached appendices. Each location has unique opportunities and constraints,
which will be further developed once topographic information and further field
review, have been completed.
The consultant must have,
and be able to demonstrate,
adequate technical resources for
performance, as well as adequate
equipment, or have the ability
to obtain and to manage such
resources and equipment as
required during the performance
period of the proposed contract.
The following work program list includes a brief description of the major tasks to be performed by RICK:
TASK 1: PROJECT INITIATION
The Project Initiation Phase will continue development of the work that Rick Engineering performed on the PDM Grant
Funding project. The kick-off meeting will determine and assign team roles and responsibilities for the project.
TASK 1.1: PROJECT MANAGEMENT
• Develop a Project Development Team (PDT). Members of the PDT shall include Consultant and sub -consultants as
required, City and other agency representatives, as necessary.
• Schedule and conduct a kick-off meeting and Monthly PDT meetings.
• Within two weeks of the Notice to Proceed (NTP), provide a detailed project baseline schedule indicating milestones,
major activities, and deliverables to the City for review and comments. Consultant shall update the schedule, as
required.
• Prepare monthly progress reports, progress schedule updates, and supporting data. The progress report shall include
accomplished tasks for the month, anticipated progress for the next month, pending issues, and schedule completion
target dates.
• Have a quality control plan in effect during the entire course of the project.
Deliverables:
• PDT meeting agendas, meeting minutes, and action item lists, baseline progress schedule, monthly progress
reports, and progress schedule updates.
TASK 1.2: PLANNING & PROJECT DEVELOPMENT
• Obtain and review available plans, maps, and data.
• Coordinate all utility coordination necessary to determine and identify locations of all utilities and facilities.
• Provide topographic map.
Provide drainage study.
Deliverables:
• Survey Mapping Data with existing utility data and drainage study for five locations as needed.
Storm Drain & Culvert Upgrades at rive Locations (C!P No. N0002) 21
Work Statement Continued
TASK 2: PLANS, SPECIFICATIONS, & ESTIMATES FOR CONSTRUCTION
Prior to proceeding with final construction documents, an analysis of opportunities, constraints (such as impacts to
neighboring properties) and options for the storm drain culvert crossings will be presented to the City. Upon the City's
acceptance of final design direction, we will proceed with Plans, Specifications and Estimates. The plans will include storm
drain culvert horizontal and profile layout associated grading and details for construction. The design will conform to the
City of Santa Clarito's design direction, Greenback specifications and details, and LA County standard sizing. A complete set
of technical book specifications will be produced, and integrated with front-end documents provided by the City. A detailed
Engineer's Estimate will be produced for each of the five locations, using local unit cost data that Rick Engineering Company
keeps on file from City and other similar projects.
TASK 2.1: PLANS, SPECIFICATIONS, & ESTIMATES (PS&E)
All design work shall be coordinated with the City and all Agencies that will be affected by the proposed project.
• Complete necessary design and construction approvals for the project from required Agencies. Provide all necessary
plan check copies required by affected agencies.
• Confer and coordinate with affected Agencies and utility companies to identify design controls and considerations
necessary for plan preparation and approvals.
• Conduct team meetings with affected Agencies to review project schedules, concepts, plans, and specifications.
Prepare meeting minutes.
• Provide the City with an original complete set of plans, specifications, and estimates.
• Prepare construction estimates which include total cost, as well as subtotals for each category of work, including utility
impacts.
Deliverables:
• Detailed construction plans for each of the five locations.
• Construction Estimates— Separate estimate for each location.
• Technical Specifications.
TASK 2.2: BID/CONSTRUCTION ADMINISTRATION
• During the bid phase, respond to bidder inquires and questions regarding the Plans, Specifications, and Estimates and
prepare addendum(s).
• Attend pre -construction meeting.
• During construction phase, respond to contractor's questions regarding design, and review submittals. Also, attend
weekly construction progress meetings on site.
TASK 2.3: CONSTRUCTION MANAGEMENT
Provide the City with design support during the bidding and construction process that shall include: assisting the City
with any Requests for Information (RFI's) during the bidding process; preparation of any addendums, attendance at a pre -
construction meeting, answering RFI's during the construction process, reviewing shop drawings and assisting the City with
any Contract Change Orders (CCO's).
Storm Drain & Culvert Upgrades at Five Locations (CIP No. N0002) 22
m
v
c
r
m
PROJECT TASKS
1.1 - PROJECT MANAGEMENT .........................
Project Kick -Off
Develop Project Development Team Coordination
Project Standard & Requirement Summary
Project Team Meetings
1.2 - PLANNING & PROJECT DEVELOPMENT............
Obtain & Research Project Information
Agency Approval Coordination
Land Surveying & Base Mapping
Drainage Report
2.1 - PLANS, SPECIFICATIONS, & ESTIMATES PACKAGE..
2.2 - BID/CONSTRUCTION ADMINISTRATION...........
Construction Document Plans
Technical Specifications
Construction Cost Estimates & Unit Bid Sheets
Coordination with Affected Utilities & Agencies for Approv
Bidding Support
Agency Review & Revisions
Quality Assurance Check
2.3 - CONSTRUCTION MANAGEMENT SUPPORT.........
Construction Site Meetings
Review Shop Drawings & Respond to RFIs
Review Design Change Requests
Change Log
Contract Change Order Coordination
PROJECT DELIVERABLES
The consultant must be able to
comply with the proposed or
required performance schedule
for this project.
Storm Drain & Culvert Upgrades at Five LocMons (CIP No. N0002)
HT NINE TEN
Construction Documents
(PS&E)
struction Schedule: TBD
06 y,
y
O
H
a
r
n
0
N
H
Project: Engineering Estimate /or: PREPARATION OF P,S&E FOR STORM DRAIN AND CULVERT UPGRADES AT FIVE LOCATIONS NO. N0002
ENGINll0.1HG OMPANY
City of Santa Clarita, CA
,—ow em. I W use, [en 0e ...
PDT k ..aa, eabdlNee
aatluro Meeting Pmsonnel, PM w rep—.- bun
RW—Meeting PemnnN, PM ,an rgnese,n bam
Sub To41 oll.. 1-1 sue I..1—., oX
V456 NN..E—an, nleluu scow...e.e.luea Isle
S bTree
aa.nam
Less uope- keep INloh IM, U41ue I..., be IM
Ubh—luxe rom Isle
I.--, I, u+Mln uM. uele.l—Ull,ale
Awm.I.se n.ee. Ceyep,a.nlun co, .,ern -
'Note swlMoul x59pnea xoP. scs6 ab nollrclueea
_ _ dMtCpb RNnWaebbe
Plinlin Plen Production, Washes MistI ILS I15n0 1500
i SD,TOo.00 Oaelgn p1he"
stype Please note. The RFP contains for Construction Ad ministration under EOM task 2.2 and 2.3. Typcelly, we p ,Ade these servlros as a scopb los e determined after Me design phase u cerroete. f amboded)
N
C
W
A
O
2
N
C
r
H
a
z
H
N
RICK has teamed with Pinnacle Land Surveying, a local, highly qualified consultant specializing in land surveying and
mapping services. They will provide the team with additional local knowledge and efficiency, if needed.
Pinnacle Land Surveying will provide topographic mapping services for the project. Pinnacle is a local company, based in
Santa Clarita, CA and its principals have a combined 67 years of experience as Professional Land Surveyors. Pinnacle has
performed surveying for a number of City projects including the Golden Valley Road Bridge project over the Santa Clara
River, a bike path just south of the subject bridge and the Lyons Ave Library. In addition, Pinnacle provides services to many
public and private clients in the greater Los Angeles area. Pinnacle Land Surveying believes in having the latest equipment
in order to be competitive in the construction surveying market, with inventory that includes the latest GPS, Robotic Total
Station and Electronic Level systems.
Storm Drain & Culvert Upgrades at Five Locations (CIP No. NOOOZ) ZS
I
TAB 7
DBE Involvement
While RICK is not a DBE -certified firm, we frequently find our firm in the role of prime consultant for a multi -disciplined
design team. We routinely incorporate qualified Small, Disadvantaged, Minority, etc., Business Enterprises (SBEs/DBEs/
MBEs/etc.) into our teams and have met past goals of our clients.
We have an on-going program where we interview and become acquainted with the capabilities and services of selected
DBE firms in the area. We visit their facility, meet their key personnel, review a cross-section of their work projects, identify
their insurance coverage, and review our typical subconsultant agreement. As a result of this effort, we maintain a current
list of qualified DBE firms over various disciplines that can be called upon when needed.
A partial list of specific outreach efforts include:
• Participation and sponsorship of local agency job and procurement fairs.
• Utilization of agency databases for available small and disadvantaged businesses in our geographic area.
• Contact with potential subconsultants through procurement meeting sign -in lists.
• Outreach to small and disadvantaged businesses through the public agency mentoring programs.
The consultant must be otherwise
qualified and eligible to receive
an award under all applicable
laws and regulations.
Storm Drain & Culvert Upgrades at Five locations (CIP No. N0002( 26
K
RICK is acquainted with the Labor Compliance Program, as regulated by the Federal Highway Administration (FHWA) and
the United States Department of Labor. We verify that we will comply with the program's requirements throughout the
duration of this contract.
The consultant must be otherwise
qualified and eligible to receive
an award under all applicable
laws and regulations.
Storm Drain & Culvert Upgrades at Five Locations (CIP No. N0002) 27
p
The undersigned hereby certifies that this proposal will be valid for 90 days from the date of submission. All information
provided is true and correct. All workwill be performed at a "not -to -exceed" price. Furthermore, Rick Engineering Company
has reviewed the City's Standard Contract and takes no exceptions to the regulations discussed therein.
GL_ [/ 1 March 21, 2014
Signature
Donald Druse, PE, Principal
Print Name & Title
Date
The consultant must be otherwise
qualified and eligible to receive
an award under all applicable
laws and regulations.
Storm Drain & Culvert Upgrades at Five Locations (CIP No. N0002) 28
N
D
N
m
3
m
Z
H
N
D
a
m
m
3
m
2
H
N
ATTACHMENT A
CITY OF SANTA CLARITA DISCLOSURE STATEMENT
The following information must be disclosed:
List the names of all persons having a financial interest in the Request for Qualifications.
None/ Not Applicable
2. If any person identified pursuant to No. 1 above is a corporation or partnership, list the names of
all individuals owning more than ten percent of the shares in the corporation or owning any
partnership interest in the partnership.
None/ Not Applicable
3. If any person identified pursuant to No. 1 above is a non-profit organization or a trust, list the
names of any persons serving as a director of the non-profit organization or as a trustee or
beneficiary or trustor of the trust.
None/ Not Applicable
4. Has the offeror had more than $250.00 worth of business transacted with any member of the City
of Santa Clarita staff, boards, commissions, committees, and Council within the past twelve
months? If yes, please indicate the person(s) with whom you have conducted business.
No
N Attach aadd_itjj�nal/pages as necessary.
tgnature of Offeror
Donald A. Druse
Print or Type Name of Offeror
March 21, 2014
Date
The consultant must be otherwise
qualijled and eligible to receive
an award under all applicable
lows and regulations.
Storm Drain & Culvert Upgrades at Five Locations (CIP No. N0002) 29
Statements &.Agreements Continued
ATTACHMENT B
EQUAL OPPORTUNITY/AFFIRMATIVE ACTION STATEMENT
The offeror hereafter described will not discriminate against any employee or applicant for employment
because of race/color, national origin, sex, sexual preference, religion, age, or handicapped status in
employment or the provisions of services.
,Soo 04111111�4-,( a
Signature
Donald A. Druse, Principal
Typed Name and Title
v-' Evaluation Criteria Met I
The consultant must be an Equal
Opportunity Employer.
Storm Drain & Culvert Upgrades at Five Locations (CIP No. N0002) 30
Statements_& Agreements Continued
ATTACHMENT C
HOLD HARMLESS AGREEMENT
Offeror agrees to indemnify and hold harmless the City of Santa Clarita against and from any and all
damages to property or injuries to or death of any person or persons, including employees or agents of the
City, and shall defend, indemnify and hold harmless the City, its officers, agents and employees, from any
and all claims, demands, suits, actions or proceedings of any kind or nature, of or by anyone whomsoever,
in any way resulting from or arising out of the negligent or intention all acts, errors, or omissions of the
offeror or any of its officers, agents, or employees.
CL
Signature CP�
Donald A. Druse, Principal
Typed Name and Title
V Evaluation Criteria Met 'I
The consultant must have all
insurance required by the City.
Storm Drain & Culvert Upgrades at rive Locations 1CIp No. N0oa2) 31
Statements,.8, Agreements Continued
ATTACHMENT D
DESIGNATION OF SUB -CONTRACTORS, SUPPLIER AND VENDOR
Listed below are the names and locations of the places of business of each sub -contractor, supplier, and vendor
who will perform work or labor or render service in excess of L/2 of 1 percent, or $10,000 (whichever is greater)
of the prime CONTRACTOR'S total bid. DBE status, age of firm and annual gross receipts are required if sub-
contractor is participating as a DBE. See Attachment E for additional requirements. Photocopy additional sheets
if needed.
Sub -contractor: Pinnacle Land Surveying Age of Firm: 13 yrs
Portion of Work & Dollar Value:
Annual Gross Receipts:
5%
<$500,000; $500,000<_<$lmillion; $1 - $2million X
DBE certified? Yes/No: No
$2 - $5million >$5million_
Agency Certifying: N/A
Location and Place of Business: 28348 Constellation Rd, suite 800 Santa Clarita, CA 91355
(include business address)
LICENSE No. #7586(PLS)
E;P. DATE: 12/ 31 /15
PHONE (661) 254-1928
Storm Drain & Culvert Upgrades at Five Locations (CIP No. N0002) 32
D
9
9
m
Z
O
X
III
r ' " WATERSHED AREA: 165,671 SF (3.80 AC)
MAX. DISTANCE: 1,396'
ELEV 0 UPSTREAM: 1,338'
ELEV 0 OUTLET: 11310'
N f`
160 BO 0 100 200
GRAPHIC SCALE 111= 200'
.e
EXHIBIT
LOCATION 1 - {WILEY CANYON RD,) WATERSHED
FOR CITY OF SANTA CLARITA
6/1/2011
*M 711 Tank Farm Rwd, Suire 110 Date _ ���% 2- 1 _
1 San Luis Obispo, CA 93401 , c
. � lob No.
ENGINEERING COMPANY Tel: (805) 544-0707 Page
Fax: (805) 544.2052 Done By bFl
Checked By
l.t�JFA GIAI ln}(' L
�I� I
9d.� Ig^
i
P.lc. sn z'/ Hyo,
tc-
U (-t 10 d
M1\7 CA �Kw)
I U
t7
0,
F'I'i t n,-E-
T
80 40 0 50 100
GRAPHIC SCALE III= 100'
!Rm -
WATERSHED AREA: 89,960 SF (2.07 AC)
T" MAX. DISTANCE: 895' oELEV V UPSTREAM: 1,292'
�,,IIZIIIII ELEV 6 OUTLET: 1,281'
low—
LOCATION 2 dft Ad MA
A
All
A
EXHIBIT
LOCATION 2 - (OLD WILEY CANYON RD.) WATERSHED
FOR CITY OF SANTA CLARITA
6/l/2011
*M 711 Tank Farm Road, Suite 110
10 San Luis Obispo, CA 93401
IM Q
ENGINEERING COMPANY 1c1: (805) 544-0707
Fax: (805) 544.2052
20 e tr IS 11 I c c: rx
INer(lt L tP-A%f4\Ljk-
INu--'-r(APwA
1_Xt`T
Date a2,+/? -0I
Job No. Il x`S 3to
Page —_
Done By y '?E`-�,
Checked By
IV
160 80 0 100 200 EXFO RIBIT
LOCA71109PIfIIVIBEX(fURRK}WMI(l VIAERTHM
FOIFOR'CWf O ISMI6A80'IfRITA
GRAPHIC SCALE 1"= 200' 6nIa@1201I V"
W 711 Tank Farm Road, Suite 110
lamSan Luis Obispo, CA 93401
ENGINEERING CGh1PAN1' Tel: (805) 544,0707
.--.,--5)544,2052
Date
Job No. V C.
P'l IT -1 C,-.�.� �_r. l _� l':
Page
", ,1:' d Done By I' . I �i'`t /."'.-•,
Checked By
(/
i Z
t
T. 711 Tank Farm Road, Suite 110
San Luis Obispo, CA 93401
Tel: (805) 544-0707
Fax: (805) 544-2052
Dale
Job No.
Page
Done By .t-• I l,�` jr`�.
Checked By
U�
x
i
J
fl rF:n NIc�41t.Jn' _
X